Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
by
Jake Smithwick
May 2012
UMI Number: 1508477
In the unlikely event that the author did not send a complete manuscript
and there are missing pages, these will be noted. Also, if material had to be removed,
a note will indicate the deletion.
UMI 1508477
Copyright 2012 by ProQuest LLC.
All rights reserved. This edition of the work is protected against
unauthorized copying under Title 17, United States Code.
ProQuest LLC.
789 East Eisenhower Parkway
P.O. Box 1346
Ann Arbor, MI 48106 - 1346
ABSTRACT
their past performance, ability to identify and minimize risk, and capacity to
thereof.
i
ACKNOWLEDGMENTS
ii
TABLE OF CONTENTS
Page
CHAPTER
1 INTRODUCTION ....................................................................... 1
Overview .................................................................................. 1
Hypothesis ............................................................................... 6
Summary of Thesis................................................................ 11
Summary of Findings............................................................. 13
Introduction ............................................................................ 14
Minimize Risk......................................................................... 26
Introduction ............................................................................ 44
iii
CHAPTER Page
Interviews............................................................................... 63
Prioritization ........................................................................... 65
Summary ............................................................................... 73
Introduction ............................................................................ 75
Introduction ............................................................................ 96
iv
CHAPTER Page
6 RESULTS................................................................................ 120
Limitations............................................................................ 131
APPENDIX
v
LIST OF TABLES
Table Page
vi
Table Page
5.4 T-test of ASU,UA and NAU, Initial Buyer Survey ............... 103
5.5 ANOVA of ASU, NAU, UA, PIPS Buyer Survey ................ 104
5.10 T-Test of Initial and Best Value Buyer Responses .......... 108
vii
LIST OF FIGURES
Figure Page
viii
Chapter 1
INTRODUCTION
Overview
factors besides cost alone (Gransberg, 1996; Kashiwagi & Savicky, 2003);
mentality.”
Problem Statement
services and materials (Writing, n.d.). The researcher has observed that
1
customers not receiving what was expected, and surprises or risks that
chain that delivers goods and services which are (incorrectly) perceived to
be “commodity.”
for a given service until they can go no lower (Gentille, 2004; Kuty, 2004).
assumptions to the rest of its supply chain (Katz, 2003), it therefore follows
performance metrics of not only the supplier or the product they deliver,
price was the only important differentiating factor, they would therefore not
2
need a performance measurement system in place (because they assume
there is no risk).
attempt to use a selection process that is fair and can be defended against
Many times, when people hear the term ‘bureaucracy’, they make
bureaucracy
3
• rules developed by the bureaucracy are sweeping and can be
maintaining high levels of efficiency; that is, to create the greatest impact
with the least amount of resources (Efficient, n.d.; Snyder & Morris, 1984).
For example, in the late 1980s, the Pentagon pushed for changes
wanted to reduce the work force size, increase the quality of products
of Defense identified that change was very slow, and may be altogether
who procure over $300B annually. The reader can therefore infer that the
4
Another way to imagine bureaucracy is an illustrative concept of
silos. Functional silos exist are when departments and groups have a
achieving their own results (Armajani, 2010; Dell, 2005). Recall that one
supply chain. Individual nodes along the supply chain that are operating
• Silo builders take a more detailed view that is very short sighted,
and restrict people to their own silo. They think only in their own
best interest.
• Non-transparency exists.
5
In an effort to meet their own performance goals, silos may use
lower-cost suppliers, ignore the needs of the final end customer, and
“commodity.”
Hypothesis
business and leadership structure at the final buyer’s position in the supply
6
Research Objectives
There were two primary research objectives for this thesis. The
services. The new approach requires less effort, decision making, and
and manage the risk that they do not control. Once the procurement of a
Research Scope
7
abide by the Tri-University Furniture Contract (Tri-U Contract or Tri-U).
The goals of the Tri-U Contract are to allow the participating universities
to, “…enjoy the benefits of lowest price, established quality, best delivery,
expiration of each contract term; however, ASU normally takes the lead on
2010).
Table 1.1
on-budget)
pre-planning
U Furniture Contract.
9
Upon further discussion with the ASU key staff, the researcher
proposed that PIPS and PIRMS may have new application in the field of
NAU and UA. The researcher believes that while any organization
applying the basic principles identified in this thesis will achieve some
phases. The first phase began with a literature review that identified the
risk, regardless of whether the owner perceives the delivery of the service
to be a “commodity.”
The second part of the first research phase was to determine the
10
feedback from both groups, the researcher collaborated with the ASU
management plans, three awards were made (to three different furniture
dealers).
and the dealers’ abilities to identify and manage risk. The data represents
Summary of Thesis
with a high level analysis of risk within the supply chain, and
risk.
11
• Chapter 3 is a detailed explanation of how the research was
12
Chapter 2
LITERATURE REVIEW
Summary of Findings
literature showed that bureaucracies, due to their nature and size, face
inherent problems in being efficient and operating in the best interest of its
actual products delivered were important to end users, most risk that
13
chain. This implies that organizations should focus on the measurement
Introduction
performance of the airline (Behn & Riley, 1999). Organizations may begin
longer add meaningful value (Fakhri, Menacere, & Pegum, 2011). Fakhri
to make effective decisions. A May 2011 Pew Center report identified that
supporting data, that show how federal dollars positively impacted the
local state’s economy (“Many States Fail to Measure,” 2011). Pew Center
director Robert Zahradnik identified that, “unless states have clear goals,
14
performance measures and data to generate that information, it is very
systems must produce accurate data from the beginning; not doing so
overall direction of the group and allows the creation of goals that better
found that crime reporting and resolution, and community interaction was
inconsistent (“Dissident threat and red tape”, 2011). The report found that,
15
The United States Federal Government has made legislation that
laws is the Government Performance Results Act of 1993. The Act strives
to, “improve the confidence of the American people in the capability of the
(PART) (Schoen, 2008). In the Fiscal Year 2004, only 11 percent of the
407 federal programs rated with the PART received scores of “effective”,
bureaucracy is not only possible, but can allow lawmakers to make data-
information categories should base them on the overall goals; they should
Next, the researcher will consider how the Facilities Management function
16
typically identifies and minimizes risk, within the framework of the
this literature review will generalize the definition, and apply it to any
‘bureaucracy’.
17
2. Second, bureaucracies, and especially governmental
have conflicts of interest with the party for which they are
other words, “officials may apply the written rule literally and
and Kiser (1994) argue that bureaucracy is not efficient when control of
Schneider and Kiser suggests that the leader can ensure the subordinates
18
In addition to these traits, a bureaucratic hiring structure can be
does not always lead to the employment of an individual that aligns well
consider their willingness to actually perform the task (Schneider & Kiser,
1994). Schneider and Kiser (1994) also argue that dependence hiring
should be done when the task is simple, because it reduces cost to the
minimal (employees are less supervised), financial perks that are directly
to better results.
the authority the persons has) (Schneider & Kiser, 1994). An alternative,
19
the collective responsibility of decision making. While this may reduce
to increase efficiency.
the reader may deduce that a situation where employee input is not
should be done. The study also found that the amount of communication
20
suggests that large bureaucracies can be slow to change (Haveman,
This same study by Snyder and Morris also found that the critical
(relative and total costs of the operation)” (Synder & Morris, 1984).
improving the quality and timeliness of the information people receive, you
supposition above, the reader can presume that organizations will improve
communicated.
21
Many organizations have developed tools to increase the quality
to how they will communicate, and with what tools (den Otter & Emmitt,
2007). Most project teams face three main obstacles when establishing
bureaucracy, and that the use of new tools alone will not resolve the
22
information passed between entities by only communicating what is critical
ability to predict the future outcome (Kashiwagi D., 2010). Project teams
should establish at the beginning how they will communicate which will set
the tone for rest of the project (den Otter & Emmitt, 2007, “Many States
actual means and methods for how communication will take place. Nepal,
Yadav, and Solanki (2011) identify two principles to establish the medium
for discussion:
value-added work per person. Also they easily lose focus and drag
decision face-to-face.
23
a large organization. The researcher will now examine the role of
internally
2009.”, 2008)).
24
• In 2008, 40 percent of Facility Managers reported that space
Facility Managers can be generally divided into two categories. The first
goals and be an integral part of long term facilities planning. Tucker and
Pitt (2009) suggest that FMs “should be viewed strategically, where the
maintain a business fully support its core objectives.” Tucker and Pitt
(Amaratunga & Baldry, 2002). FM has a direct impact on the bottom line
2006).
25
bureaucracy (Toye, 2006). Therefore, the researcher proposes that FMs
therefore may not always have their customer’s best interest in mind. As
company cultural.
26
management is the process of preventing events from affecting such
operations (Kraman & Hamm, 1999). While these definitions of risk are
more measureable when applied to a project that has defined a cost and
a different perspective.
risk management based. The first step is that FMs must measure their
performance in a variety of key areas that include both the financial and
always some sort of punishment for failing to measure up. But how
27
some baseline? … Measurement – consistent measurement over
The next step is to assess the probability of the risk occurring, and
to develop plans that minimize the risk (Alexander, 1992). The key in
minimizing the risk is to plan ahead before the risk actually occurs
(Boehm, 1991). Facility Managers should also address any activity that
could harm the financial viability of the organization (Barton & Hardigree,
there is a lack of resources on managing the day to day risk (anything that
suggests that FM departments should focus on the risks (or metrics) that
have an impact on the value they add to the organization (Cotts 2010).
managed, the common theme from the literature is to plan ahead before
expert (Sullivan & Guo, 2009). The philosophy can be used by Facility
28
1. The expert should first identify what their overall plan is to
2. They should then address anything that could stop them from
3. Once the project or service has begun, the expert vendor should
The actual process of transferring the risk to the expert occurs when
vendor completes these steps, and the owner releases control and
1999). The authors of the case study identified that the Lexington facility
had a policy of full disclosure to patients when faulty care was provided,
which is not necessarily the norm for VA hospitals, and the private sector
in general. The policy states that patients must not only be told when a
problem has occurred, but that the Hospital must also provide assistance
proposed that the reduced litigation costs were due to fewer claims being
29
filed because information was passed to the patients with transparency.
the actual need, and were without the burden of additional punitive
following context:
anything that may stop them from being successful, and track
allow the FM to extract the simple data needed for analysis (Cotts 2010).
30
needs to show the department’s overall ability to meet the needs of the
customer, and identify how the FM function serves to help achieve the
company’s goals (Brackertz & Kenley, 2002; Cotts, 2010; Tucker & Pitt,
2009).
manage performance (Tucker & Pitt, 2009). One of the reasons is that
procedure within their company (Bekefi & Epstein, 2007). The difficulty is
& Pitt, 2009). The disparity of what organizations measure inhibits their
31
Finally, organizations often do not have incentive to measure
performance because it is not tied to the company’s goals (Tucker & Pitt,
identified that organizations within a supply chain may work in silos, and
32
4. Finally, external vendors have access to suppliers and may be
Table 2.1
Percentage of Respondents
No Function that Outsourced
1 Custodial and Housekeeping 72%
2 Design and Architecture 65%
3 Landscape Maintenance 63%
4 Major Moves 54%
5 Security 51%
6 Preventative Maintenance 50%
7 Engineering 46%
8 Utilities Maintenance 45%
• The most difficult part of the outsourcing was hiring the best
33
hired vendor is to review, evaluation and inspection of the work
performed.
in managing performance.
practices for these services. The service industry is one that, “creates
services rather than tangible objects” and include sectors such as,
“contracts for future delivery are presently or in the future dealt in”
34
good or service that it did not previously have (Rushkoff, 2005).
becomes mass-produced and nearly identical, with price being the primary
Rushkoff, 2005).
commoditization of an industry:
• The first is the level of product homogeneity; that is, the ability to
to obtain the lowest price, and assumes that most other factors
• Switching cost is the third trait, and measures the cost a buyer
base.
35
A commodity, or perfectly competitive, market exists when the
2. Indistinguishable products
The researcher now examines the level of risk associated with the
36
these inputs, transportation, distribution, and finally, consumption (Dicken,
Kelly, Olds, & Wai-Chung Yeung, 2001). The level of profit at each node
also identify that there is more wealth found in segments of the commodity
chain that are critical to the creation of the commodity at hand, compared
to those that are “peripheral” in nature (for example, providing raw inputs
company being the key role in managing the production network. These
their supply networks, labor force, and other resources to create value
(Nicovich, Dibrell, & Davis, 2007; Porter, 1998). Porter’s generic value
chain defined an overall approach for how companies can measure value.
37
product to the consumer, and follow-on customer support. Support
activities provide ancillary input in product creation, which may include the
and is reflected by total revenue (price per unit multiplied by the total
between value and what it actually costs a firm to produce the product.
Value creation is, “the ability of the components of the value system or
2007).
Porter (1998) identifies that buyers also have value chains, and like
actually be viewed:
creates competitive advance for its buyer – lowers its buyer’s cost
or raises its buyer’s performance. The value created for the buyer
38
must be perceived by the buyer if it is to be rewarded with a
the overall value chain, and not solely consider quality as the
differentiating factor.
concepts are similar because they both identify that firms should subdivide
the customer; commodities are part of the supply chain, and therefore
(2009) categorize the general types of risks that a supply chain may
encounter:
society, etc.).
39
2. Industry factors – issues within the market that the product is
being sold.
indicates that most supply chain risk is not related to the actual product
being delivered, but risk is in the processes or systems that supply the
good.
mitigate all risk. Supply managers at IBM identified through a survey that,
make risk visible is not prevalently used” (Basu et al., 2008). Salonen
(2010) suggests that suppliers take the following steps to minimize risk:
40
• Create an internal team that attempts to identify and minimize
the risk.
departments.
• Identify who the top suppliers are to the business, and help to
A slightly different approach that the IBM White Paper (Basu et al.,
supply chain, and like many other processes, prioritize the risk, manage it,
41
Summary and Conclusion
not use performance metrics, increasing its use can be a catalyst to make
identified that many are inefficient, are susceptible to collusion with the
private interests they are meant to regulate, and that due to the size and
The consensus is that measurements should be used, but are often not
reduce costs or because the department does not have the technical
Commodities, like most other products and services, are part of the supply
be nearly identical (to a buyer), which implies that managing the delivery
42
of the commodity is more critical (in terms of cost and time savings) than
information system that tracks risks according to time, cost, and client
satisfaction. The literature has also shown that owners should consider
improve the value they provide to customers utilizing Porter’s Value Chain
framework.
43
Chapter 3
RESEARCH METHODOLOGY
Introduction
conditions of the Tri-U Furniture Contract. The second phase used the
results of phase one to develop a Request for Proposal (RFP), identify the
deviations and risk. The final phase was to assist the vendors in
contract is not actually a commodity service. This chapter will highlight the
ASU had previously used PIPS and PIRMS on the following types
44
The timeline of events for overall execution of the research
Table 3.1
1. Meet with the industry to gauge interest in, and support for, a
delivery
45
2. Identify the current conditions of the existing Tri-University
furniture contract.
award phases.
gathered were:
purchases.
be used.
46
• The proposers wanted the ability to indicate if they were
made on.
their perception of the industry’s current conditions, and also verify their
and Appendix A for a copy of the survey. This survey was distributed after
the information session. The results of the survey indicated that there
may be indeed substantial factors to consider and address for this type of
contract; this was the researcher’s first indication that Tri-U furniture
Please see Appendix B for a copy of this initial buyer survey. The
47
which is summarized in Figure 3.1 below. The existing process for
• The user had some sort of need for furniture and may have
preferences).
• If the quote was more than $250,000, the buyer would need to
either go out for public bid with the project, or purchase directly
from the on-contract dealer. If the value was less than, or equal
it.
The existing process did not have a formal structure that monitored
minimization.
48
Figure 3.1 Previous Tri-University Furniture Purchasing Process
and the senior buyer from the ASU’s Purchasing Department compiled the
Request for Proposals (RFP). This RFP was the University’s first furniture
49
Table 3.2
Evaluation Criteria from State of AZ, ASU Traditional, and Best Value RFPs
4. Quality of Product
6. Capability to accept
University
procurement card for
payment
the Best Value RFP evaluation criteria. However, their definitions are
consider the proposers’ ability to manage and minimize risk that would
Traditional RFP does not contain requirements that the proposal be ‘blind’,
50
meaning that the evaluation committee knows who each proposer is. The
impact is that the evaluators may use their bias to rate proposers
(Kashiwagi, 2012b).
second indicator to the researcher that the client perceived the delivery of
consider the proposers’ ability manage and minimize risk. The Best Value
to identify their approach in managing and minimizing the risk they do not
ASU had the option to award the furniture contract through the
researcher that they would receive better pricing if the University issued
their own RFP. The researcher collected information from the proposers
on the average discount the University was receiving by issuing their own
(Northern Arizona University) also requested that the new RFP require
that dealers do not assess trip charges for onsite visits and designer
meetings.
51
Structure of the PIPS RFP and Evaluation Criteria
services contract. Under the previous RFP, a separate award was made
every time a customer needed a special type of furniture product that they
felt was not offered with the existing awarded vendors. From a
contracts.
Table 3.3
52
The best value furniture RFP’s evaluation criteria was similar to
previous PIPS pilot projects that ASU had completed. The PIPS process
• Service Proposal
• Financial Proposal
• Interview
The RFP did not identify the specific points allocated to each
criterion. The PPI, RAVA, Service Proposal and Financial Proposal were
shortlisted proposer.
Additionally, the submitted PPI scores from vendors that were awarded a
53
The RFP required that the Proposers submit PPI information on
that each component had previously performed work for and solicited
surveys from these past clients; please see Appendix C for a copy of the
survey that the Proposers sent to their previous clients. The critical
• Manufacturer’s Representative
• Dealer's Representative
• Lead Designer
• Lead Installer
During the educational pre-bid meeting on March 10, 2009, the potential
proposers were told that they may turn in PPI information on any
component that they felt was critical. However, this level of openness
other items, clarified that each proposer must turn in PPI information for
One proposer modified the customer survey questions, and the other did
process, each Project Capability submittal must not contain any identifying
RFP. The entire RAVA plan had a two page limit, the Transition Milestone
Schedule had a one page limit, and the Service Proposal had a two page
limit.
opportunity to identify any risks that they feel would impact their ability to
the Tri-U contract was different from those of a project with a definitive
scope and cost. Rather, the risks the proposers identified addressed their
ability to meet the needs of the University from a process and operational
they identified.
Value Added options or ideas that would benefit the University. The
55
retrospect, should not have been used as part of this particular RFP. The
Tri-U RFP was not for a specific project; therefore, addressing cost or
for the Proposers to provide Value Added options that were substantive
enough for the University to evaluate because the RFP did not have
project-specific information.
The final and third part of the RAVA was the Transition Milestone
Schedule. The Proposers identified the key steps and dates that would
obviously could not account for the other awarded proposers’ schedules,
so the overall value of a Schedule, at the Evaluation Phase, was very low.
56
The second submittal was the Service Proposal. In this document,
Proposers identified how they would structure the contract so that it meets
their service and scope would be, and what would happen as a result of
their efforts. The Proposers also documented how they knew that their
Proposal was required from all submitting vendors, before any shortlisting
had occurred, and was not rated by the committee. This initial proposal
financials was not identified in the RFP, nor explained to the proposers at
for three months prior to RFP release (February – April 2009) as to how
they would evaluate the financials. The researcher initially proposed that
the RFP should include a typical design that the vendors would price out.
57
conversations with dealers, and the Idea Exchange Session (November
2008). However, the University felt that using typicals would not
is that it tells the vendor community, ‘we are going to evaluate your costs
competitors.’ The researcher conjectures that owners would only use this
58
level of product discounting percentages by the industry is catalyzed by
which are used based on the type of client, market, or other characteristics
discount approach requires that each manufacturer’s list has the exact
same breadth of line from which the discounts are based on. However,
reducing the end cost for the buyer, and thereby negating any perceived
their base list prices, which would allow them to receive the same revenue
and offer larger discounts. Owners may then perceive they are receiving
or products should only be used when the evaluating entity can ensure
that the fixed base number (the denominator) represents the exact same
The University stated they use software which verifies that the
manufacturers are using their most recent list prices in their proposal.
While this software does ensure that the manufacturer is not using
59
different lists in responding to the Tri-U RFP, it would be cumbersome to
check each proposer’s list against the software. Regardless, using the
University agreed to use a financial evaluation tool that minimized the use
that are generally not based on discounting: the Installation and Design
percentages), it still did not account for the actual product cost. The
evaluation committee requested that any final vendor selection must take
into account product cost. The committee made this request after
interviews (see the next subsection) were completed in May 2009, and in
60
along with a brief explanation of how they calculated the costs. If the
vendor did not have differentiated cost options, they only had to provide
information for the categories that applied to their internal pricing structure.
claim by the University that they receive better discounts than the State of
about the State contracts was used only for research purposes, and was
not used in any final vendor selection determination. Figures 3.2 and 3.3
submit.
Tri-University Contract
Financial Category Unit Lowest Cost Mid-range Cost Highest Cost
Executive Workstation Cost $
Installation Fee $ Explanation for cost calculation here
Design Fee $ Explanation for cost calculation here
Additional ASU Costs $
Additional UA Costs $
Additional NAU Costs $
Other Costs $
Total Cost $
State Contract
Financial Category Unit Lowest Cost Mid-range Cost Highest Cost
Executive Workstation Cost $
Installation Fee $ Explanation for cost calculation here
Design Fee $ Explanation for cost calculation here
Additional ASU Costs $
Additional UA Costs $
Additional NAU Costs $
Other Costs $
Total Cost $
61
Tri-University Contract
Financial Category Unit Lowest Cost Mid-range Cost Highest Cost
Professional Workstation Cost $
Installation Fee $ Explanation for cost calculation here
Design Fee $ Explanation for cost calculation here
Additional ASU Costs $
Additional UA Costs $
Additional NAU Costs $
Other Costs $
Total Cost $
State Contract
Financial Category Unit Lowest Cost Mid-range Cost Highest Cost
Professional Workstation Cost $
Installation Fee $ Explanation for cost calculation here
Design Fee $ Explanation for cost calculation here
Additional ASU Costs $
Additional UA Costs $
Additional NAU Costs $
Other Costs $
Total Cost $
One of the reasons that ASU used the PIPS best value process is
because it shifts the focus to the proposers’ ability to minimize risk to the
The researcher educated the entire process upfront with the committee,
and explained that once interviews are completed, the potential best value
completed, some of the committee still felt uncomfortable that they would
In fact, when the researcher questioned the committee about how they
would they would use the technical information, one member responded,
“I’ll know it when I see it. I will just know if the product is good or not.” As
62
complete specification and pricing guide, and a narrative that identifies
how their product lines will meet the University’s need for certain furniture
D). The fervor by which the committee requested the detailed information
was another indictor to the researcher that the Universities may have a
Interviews
different companies: six for the Primary Award, and five for the Budget
• Manufacturer’s Representative
• Dealer’s Representative
• Lead Designer
• Lead Installer
questions for each interviewee (please see Appendix E for the interview
with. However, none of the manufacturers in this situation stated that they
The reader may recall that the contract awarded would allow the
such, some vendors may have separate primary individuals for each
approach, but the researcher felt that it incorrectly utilized the interviews in
the PIPS process. The interviews are designed to help the owner quickly
and efficiently identify the key personnel’s ability to identify and minimize
risk, and layout out a clear plan which shows that they can successfully
assign their interview rating. After much cajoling by the researcher, the
64
able familiar with each University, and know how the vendor’s service
Prioritization
ratings, and the University invited three firms to the Pre-Award Phase.
Once the Pre-Award announcement was made, a protest was filed by one
of the shortlisted vendors (who was not invited Pre-Award). The protest
had two points of contention: the first is that on the date and time of
contended that five proposals were submitted late and should be rejected
Standard Time, so the University denied the first point of protest. The
second point of the protest was that another proposer did not submit a
its sole discretion, ask the proposer for any missing information.
and the RFP evaluation process continued. It is important to note that the
65
protest did not levy any complaints about the best value process, financial
Pre-Award Phase
unfettered access to the client to resolve, or at least plan for, any issues
that could impact their ability to successfully deliver the contract. The
there were two awarded contracts (Primary and Budget), with three
dealers moving forward (two dealers under the Primary, and one dealer
under both the Primary and Budget). In most PIPS projects, however, a
single contract is awarded, and only one vendor moves forward into the
Pre-Award Phase.
the dealer does not control, clients concerns, and other vendors’
risks with a plan for how they will minimize the impact of each
66
as their base template for use on future Large Projects
(described below).
by.
The vendor was also required to submit any legal and other contractual
documentation.
the expert vendor. The dealer then has the authority to set a plan to
needed to properly plan, the vendor is normally allowed this time. The Tri-
there were several delays during the Selection Phase that reduced time
Even for a smaller PIPS project, this was a very short time. This was a
displayed from the potential best value dealers, and after the contract was
67
signed, the dealers continued to work with the researcher to finalize their
worked with the best value dealers to develop two new tools, previously
Table 3.4
in Figure 3.4.
68
3.3 near the beginning of this chapter), the Total Projected Cost
Project Record List. They will then begin work on the project
Meeting with the client that recaps their RMP, the project
69
Figure 3.4 Best Value Furniture Services Purchasing Structure
Capital Programs group may opt to use the PIPS process to select a
procured through PIPS, the dealer must prepare a risk management plan
and scope proposal (prior to project award). This applies to both small
and large projects. A small PIPS capital project will follow the same steps
outlined for regular, small projects above (a Weekly Risk Report is not
70
required). A large PIPS capital project will follow the same steps outlined
above, except that the RMP will have already been created (as part of the
requirements in PIPS).
One of the key areas that the contracted dealers wanted to address
during the Pre-Award Phase is how buyers may acquire and use designs
A buyer may not obtain a design and then compete that design among all
or some of the other vendors without first paying for the design. If a
must notify the Purchasing Officer. The Officer will then verify that the
monitors each project, at each University, for each dealer. All project and
risk data becomes part of the Best Value Information System, and serves
71
the University system through the use of risk reporting tools, risk
of a supplier they are considering hiring. All of the contracted dealers are
it is the selection mechanism that varies within each Project Type that
Firm S
Firm F
Firm F
Manufacturer P
Manufacturer S
Manufacturer F
PIPS
Selection
72
Summary
The researcher divided this research project into three phases: (i)
issue a best value request for proposal with the assumption the furniture
test progressed, the researcher observed several instances that the client
74
Chapter 4
DATA COLLECTION
Introduction
the selection and management of the Tri-U Furniture contract award. The
Table 4.1.
75
Table 4.1
No Criteria Unit O D M
1 Average Number of Years in Business Years 48 31 67
A "Best Value" approach will minimize a
2 (1-10) 6.5 6.5 6.4
client's risk
3 A Best Value system is fair to the vendors (1-10) 6.7 6.9 6.4
A Best Value system favors high
4 (1-10) 7.3 7.3 7.3
performance vendors
Industry has performance problems in
5 (1-10) 5.4 5.9 4.9
terms of customer satisfaction
Vendors have the capability to implement
6 (1-10) 8.2 8.6 7.8
Best Value practices
Performance information should be used
7 (1-10) 7.1 7.8 6.3
much more
Traditional award processes do not
8 (1-10) 5.3 4.6 6.1
motivate higher performance
Industry is in need of a better contracting
9 (1-10) 7.0 6.8 7.2
(vendor selection) procedure
Using best value procurement will improve
10 (1-10) 6.0 5.5 6.4
the quality of vendors
Overall performance of the furniture
11 (1-10) 6.6 5.8 7.5
services industry
12 Total number of surveys completed # 25 13 12
Note: O = Overall score, D = Dealer, M = Manufacturer
value. The vendors were permitted to send the survey to individuals that
did not attend the meeting; however, only 15 percent of the respondents
did not attend the session. The first group of questions (“Background
was used to identify if there were any trends in answers based on the
of the new approach from the vendor community. If the vendors initially
76
showed high support for a best value system, but later objected, the
their decision to use best value on the selection. Finally, the third group of
furniture industry.
survey was also anonymous. The results from the buyer survey are found
and 2 from the client survey were asked to identify the current level of
performance, and were also used to compare performance under the best
77
performance (since the Universities did not have a system in place to track
with 10 representing the best (or strongly agree). The respondents were
questions 11 – 14.
78
Table 4.2
Performance
No Criterion Unit Overall ASU NAU UA
Baseline Overall
1 1-10 7.0 7.2 6.4 7.4
Performance
Best Value Overall
2 1-10 9.3 9.3 9.2 9.2
Performance
Baseline
3 % 77% 89% 50% 91%
Satisfaction
Best Value
4 % 99% 100% 100% 98%
Satisfaction
Data for the Selection Phase came from two sources: the initial
Design Fees for each proposer. The Universities used the following
80
a. If the values are based on “list” cost, the Universities
would:
University would:
81
3. Sum the “installation fee” and the “design fee.” This value is the
category (or, just the single “Total Installation and Design Costs”
The University summed the “installation fee” and “design fee” for
the evaluation model because one fee did not hold more importance than
the other. If one of the values did have more importance, the University
could have used each cost independently in the model, and used different
For example, consider the total installation and design fees for Firm
F from the Primary Award group ($1,750). Assuming a total project cost of
Likewise, the Design Fee would be $50,000 * 0.8 percent = $400. Thus,
summing these two fees, $1,350 + $400 = $1,750. If a firm listed their
cost as Net, the University first calculated the discounted product cost,
and set it as the base (instead of $50,000). So, for example, Firm G’s,
from the budget award, Total Fee is $50,000 – ($50,000 * 59.7 percent) =
82
$3,023. Note that some of the manufacturers listed multiple product lines,
so the values in Tables 4.5 and 4.5 are averages, and thus, the Total Fees
may not always equal the calculated values of the Average Design and
Installation Fee percentages listed. The results are shown on line 1 the
Table 4.4
83
Table 4.5
video for the committee that covered the PIPS best value system, and the
rating process (see Appendix F for a copy of the slides that were
a scale of 1-10, with 10 being the best and 1 being the worst. The
evaluators were advised that their ratings should be relative to the other
other proposers within their respective award group. For the RAVA Plan,
the committee was instructed to rate the Risk Assessment, Value Added,
84
evaluation form). The Service Proposal contained only a rating for the
service proposal itself (see Appendix H for a copy of the evaluation form).
shown in Table 4.6. These results are also in agreement with Goldsby
and Rao’s (2009) classification of risks (see Chapter 2), in that the actual
chain risk.
Table 4.6
The third and final component of the initial evaluation model was
the PPI scores. The following components were required to submit PPI:
and the Lead Installer. The PPI scores were averages of the customer
Tables 4.7 and 4.8, are an average of each question asked on the survey
85
from all surveys received. The evaluation model also considered the
number of surveys that were submitted, which are shown on lines 8 – 11.
86
Table 4.7
87
Table 4.8
11 PPI - # M 0.25 # 7.0 10.0 10.0 10.0 1.0 10.0 8.0 6.0 10.0
Financial
12 15 $ $5,470 N/A N/A $5,997 N/A N/A $5,856 $7,274 $6,519
Clarification
13 Interview–D 17.5 1-10 4.5 N/A N/A 8.6 N/A N/A 7.0 4.9 7.5
14 Interview–M 17.5 1-10 4.9 N/A N/A 8.9 N/A N/A 6.6 5.1 5.6
Note: LI = Lead Installer, LD = Lead Designer, D = Dealer’s Representative, and M = Manufacturer’s
Representative
88
Once all of the information was compiled, the University shortlisted
six proposers from the Primary Award group, and five proposers from the
Budget Award group. Once the shortlisting was complete, the selection
evaluation did not account for the actual cost of product, nor was the
information on cost for product cost (see Chapter 3 and Appendix D). The
furniture contract if they had one. The costs for the low-end proposals are
89
Table 4.9
% Difference
Executive Professional from State
Proposer Workstation Workstation Total Cost Contract1
A $4,195.96 $2,994.89 $7,190.85 -1.0%
B $4,400.11 $3,270.18 $7,670.29 N/A
F $3,453.08 $2,426.35 $5,879.43 -16.2%
H $3,989.99 $2,765.63 $6,755.62 N/A
P $4,749.68 $3,195.57 $7,945.25 -8.4%
S $3,820.79 $2,697.89 $6,518.68 -20.2%
Average $4,101.60 $2,891.75 $6,993.35 -11.5%
1
Average of Executive and Professional Workstation % differential
Table 4.10
% Difference
Executive Professional from State
Proposer Workstation Workstation Total Cost Contract1
A $3,237.00 $2,233.00 $5,470.00 N/A
F $3,570.16 $2,426.35 $5,996.51 -15.4%
K $3,418.97 $2,436.89 $5,855.86 -1.0%
L $4,086.50 $3,187.27 $7,273.77 N/A
R $3,820.79 $2,697.89 $6,518.68 -20.2%
Average $3,626.68 $2,596.28 $6,222.96 -12.2%
1
Average of Executive and Professional Workstation % differential
The second part of the final evaluation phase was interviews. The
Representative for each proposer. Please see Appendix F for a list of the
were partnering with. The interviews required approximately two full days
90
of time from the evaluation committee. The committee was instructed to
rate the interviews in the same manner as the RAVA Plan and Service
4.8.
Table 4.11
Awarded All
Dealers Proposers
No Criteria Firm F (no Firm F) (no Firm F)
1 Install and Design Fees $1,750 $3,875 $3,051
2 RAVA Plan 7.1 7.1 6.5
3 Service Proposal 7.8 7.5 6.9
4 PPI – LI 9.8 10.0 9.1
5 PPI – LD 9.7 10.0 9.0
6 PPI – D 9.7 10.0 9.8
7 PPI – M 9.5 10.0 9.8
8 PPI - # LI 7.0 10.0 6.5
9 PPI - # LD 9.0 10.0 7.5
10 PPI - # D 10.0 10.0 10.0
11 PPI - # M 10.0 7.5 7.7
12 Financial Clarification $5,879 $7,232 $7,216
13 Interview – D 8.6 7.4 6.2
14 Interview – M 8.5 6.7 5.9
Note: LI = Lead Installer, LD = Lead Designer, D = Dealer’s
Representative, and M = Manufacturer’s Representative
91
Table 4.12
P, and S to the Primary Pre-Award Phase, and Firm F to the Budget Pre-
Project Record Lists (PRL) or the Weekly Risk Reports (WRR) (see Table
cost deviation, and schedule deviation; in fact one individual PRL report
provides 51 different data points, and the WRR reports contains 120
92
different data points. Note that all data from the Post-Award is current as
of January 2012. All cost and schedule deviations (or “risks”) are
category).
catastrophic event).
Table 4.13 presents the total delivery volume by dealer. Line one is
the total number of completed projects by the dealer and line two is the
sum of the final project cost for these projects (expressed in millions of
dollars). Line three is the total cost of all completed projects (line two)
93
Table 4.13
completed projects, both large and small. The schedule changes are
(increases or decreases) and dividing by the total sum of the duration for
all projects. The overall deviation rate is calculated by summing all of the
schedule deviations and dividing by the total duration for all projects. For
indicates that the project was delayed by 10 days (10 days delayed
Table 4.14
Cost Deviation
No Source Firm F Firm P Firm S Overall
1 Client 3.4% 0.0% 7.1% 3.4%
2 Designer 0.0% 0.0% 0.0% 0.0%
3 Dealer 1.6% 3.5% 24.8% 5.0%
4 Unforeseen 0.0% 1.9% 0.0% 0.3%
5 Overall 4.9% 5.5% 31.9% 8.6%
94
Table 4.15 is a summary of the cost deviations on all completed
sum of the awarded cost for all projects. The overall deviation rate is
calculated by summing all of the cost deviations and dividing by the total
Table 4.15
Cost Deviation
No Source Firm F Firm P Firm S Overall
1 Client 0.068% 0.018% -0.074% 0.058%
2 Designer 0.068% 0.000% -0.080% 0.057%
3 Dealer 0.000% 0.000% 0.000% 0.000%
4 Unforeseen 0.000% 0.018% 0.006% 0.001%
5 Overall 0.000% 0.000% 0.000% 0.000%
95
Chapter 5
DATA ANALYSIS
Introduction
was 6.6 (out of 10). The responses to Question 6 (“Vendors have the
at 5.4 and 5.3, respectively. These responses indicated that the industry
may have perceived that the clients’ current procurement processes were
acceptable (Question 5 and 8), but the vendor community also identified
that it had the ability to succeed in a best value environment (Question 6).
was rated at 6.6. The mean,ݕത, of the overall averages per question was
6.608, and the standard deviation, σ, of the overall averages per question
96
was 0.874. 1σ below ݕത was 5.734, and 1σ above ݕത was 7.482. Note that
dealers and manufacturers. Table 5.1 presents the two-tailed P-value for
each question. The alpha benchmark α = 0.05, d.f. = 23, t-Critical one-tail
H0: µ1 - µ2 = 0; H1: µ1 - µ2 ≠ 0
The p-value for each question was above the α = 0.05 value, with
the exception of question 11. Therefore, the null hypothesis could not be
was rejected for question 11: the individual dealer and manufacturer
97
Table 5.1
industry performance:
98
The researcher has previously identified this behavior as a
“commodity mentality.”
2012a).
between dealers and manufacturers. The reader may then conclude that
sample as a whole.
99
Table 5.2
the Initial Buyer Survey (found in Chapter 4, Table 4.2). First, the
every question. The NAU satisfaction with the dealer was 40 percent
lower than the combined ASU and UA average satisfaction rate; NAU’s
than the combined ASU and UA average; and 12.5 percent fewer of
(Questions 3 – 10 from the initial buyer survey) for ASU, NAU, and UA.
H0: µ1 - µ2 - µ3 = 0; H1: µ1 - µ2 - µ3 ≠ 0
The null hypothesis was rejected, because the F-value (4.359) was
greater than the F-critical value (3.035). This indicated that, from an
101
Table 5.3
Sum of Mean
Squares df Square F F-critical
Between Groups 50.045 2 25.022 4.359 3.035
Within Groups 1320.152 230 5.740
Total 1370.197 232
H0: µ1 - µ2 = 0; H1: µ1 - µ2 ≠ 0
(0.0040) was less than α benchmark of 0.05. The implication was that the
102
Table 5.4
ASU,UA NAU
Mean 7.329 6.353
Variance 3.866 9.661
Observations 158 75
Pooled Variance 5.722
Hypothesized Mean Difference 0
df 231
t Stat 2.909
P(T<=t) one-tail 0.002
t Critical one-tail 1.651
P(T<=t) two-tail 0.004
t Critical two-tail 1.970
population (see Table 1.1 in Chapter 1). The NAU student population is
39 percent the size of its host city (Flagstaff), compared to the 7 percent
potential for additional work outside of the University system is much more
same approach as the initial buyer survey analyses. The results are
H0: µ1 - µ2 - µ3 = 0; H1: µ1 - µ2 - µ3 ≠ 0
The F-value (0.300) was less than the F-critical (3.066), and
therefore the null hypothesis could not be rejected. Under the value-
Table 5.5
Sum of Mean
Squares df Square F F-critical
Between Groups 0.604 2 0.302 0.300 3.066
Within Groups 129.878 129 1.007
Total 130.482 131
between the ASU, UA and NAU overall performance levels under the best
value system. The results of this t–test are shown in Table 5.6 below. The
α = 0.05.
H0: µ1 - µ2 = 0; H1: µ1 - µ2 ≠ 0
the initial buyer survey’s t-test of ASU,UA and NAU). This result suggests
104
that the performance differential between ASU, UA and NAU was not
Table 5.6
ASU,UA NAU
Mean 9.268 9.241
Variance 1.070 0.761
Observations 103 29
Pooled Variance 1.004
Hypothesized Mean Difference 0
df 130
t Stat 0.128
P(T<=t) one-tail 0.449
t Critical one-tail 1.657
P(T<=t) two-tail 0.898
t Critical two-tail 1.978
the initial buyer surveys results against the best value overall buyer
performance ratings. These t-test results are shown below in Tables 5.7,
H0: µ1 - µ2 = 0; H1: µ1 - µ2 ≠ 0
null hypotheses for each University’s t-test were rejected, indicating that
105
there was significant performance differential between the existing
Table 5.7
Table 5.8
106
Table 5.9
The researcher also conducted a t-test with all data points from
existing environment versus the best value system. The results are
H0: µ1 - µ2 = 0; H1: µ1 - µ2 ≠ 0
0.05. Therefore, the null hypothesis was rejected, and indicated that there
ratings increased 24.3 percent from the initial buyer survey, to the best
value system.
107
Table 5.10
There were two main types of data used in the Evaluation Model:
consisted of the Interview, RAVA Plan, and Service Plan. The raw data
consisted of the Cost Proposal and the PPI information. Once the
divided each proposer’s score by the best score for each factor. The
proposer’s score for a factor was calculated by multiplying their ratio (to
the best score) by the weight for that particular category. Each proposer’s
individual points (for each factor) were then summed to determine each
proposer’s total points. Tables 5.15 and 5.16 show the point differential
108
between the best score for a particular evaluation factor and the
along with the standard deviations, are presented in Table 5.11 below.
The Primary Award group overall offered 4.9 percent more in product
discount than the Budget Award, but this did not necessarily guarantee a
lower cost since the base costs (manufacturer’s list price) could be
Table 5.11
Primary Budget
No Criteria Award Award Difference
1 Product Discount – Average 63.1% 58.2% 4.9%
2 Installation Fee – Average 4.6% 6.2% -1.6%
3 Design Fee – Average 1.9% 0.5% 1.4%
4 Product Discount – σ 3.8% 5.1% -1.3%
5 Installation Fee – σ 1.5% 4.5% -3.0%
6 Design Fee – σ 0.9% 0.8% 0.1%
shows the total scores for each firm after the initial evaluation was
109
complete. While there was a 4.2 point difference between Firms S and P
(which is large compared to the average 1.5 point difference between all
other firms), the University intended to make three awards under the
Proposers.
assigned to, cost. The RFP did not contain a detailed explanation of how
below. In the analysis, Firm B moved up one rank, and was then ranked
higher than Firm A. However, this analysis was completed after Firm A
excluding Firm J from a shortlist because they did not submit PPI for their
Note that Firm A’s Initial Financial Evaluation Total Fees (Table 4.5
from Chapter 4) for the Budget Award was $0. Recall also that the linear
evaluation model sets the baseline factor to be the “best” score for each
factor; for cost, the best score is assigned to the lowest price. Dividing
110
The researcher overcame this issue by arbitrarily setting Firm A’s cost to
Firm A’s Total Fees value also severely skewed the model; in fact,
no other firms received any (measurable) points for cost. The researcher
carried out the same analysis in the Budget Award – the updated ranks
and scores are shown in the “Budget (Adjusted)” column of Table 5.12
out of nine proposers, and they would not have been considered for
shortlisting for the budget award. With, or without, the 15 percent cost
differential between Firms L and K was 0.2 points, while the difference
between Firms K and J was 0.9 points; therefore, Firm J was not
shortlisted. The evaluation model with no weight on cost was only used
Six firms were interviewed for the Primary Award, and five firms
were interviewed for the Budget Award. During the interview, the three
the most significant risk to the successful delivery of furniture services was
not being involved soon enough during the construction planning process
111
Table 5.12
Primary Budget
No Primary (Adjusted) Budget (Adjusted)
1 Firm F (60.0) Firm S (50.0) Firm A (57.5) Firm F (49.6)
2 Firm H (58.4) Firm F (47.8) Firm F (49.6) Firm R (47.2)
3 Firm S (55.1) Firm P (44.7) Firm R (47.2) Firm L (45.1)
4 Firm P (50.9) Firm H (43.4) Firm L (45.1) Firm K (44.9)
5 Firm A (49.5) Firm J (42.3) Firm K (44.9) Firm J (44.0)
6 Firm J (48.5) Firm B (41.3) Firm J (44.0) Firm B (42.8)
7 Firm B (48.2) Firm A (40.9) Firm B (42.8) Firm A (42.5)
8 -- -- Firm E (40.7) Firm E (40.7)
9 -- -- Firm G (36.1) Firm G (36.1)
The numerical values are each proposer’s total score. Each individual
column is sorted with the highest score listed first
both award categories. For the Primary Award, their overall score was 9
percent higher the other awarded dealers, and 17 percent higher than all
other proposers. Firm F’s high scores were primarily determined by their
Cost Proposal (Install and Design Fees and Financial Clarification) and
Interview ratings, and to a lesser degree, their RAVA Plan rating. Firm F’s
Install and Design fees are 43 percent less than the other proposers, and
higher than all of the other proposers’ scores. The main differentials were
their Interview Scores, which were 52 percent higher than the other
proposers, and their RAVA plan rating, which was 18 percent higher than
the other proposers. Firm F had an overall cost proposal (initial and
112
clarification costs) that was 37 percent less than average of the other
Table 5.13
Awarded All
Firm F Dealers Proposers
No Criteria Points (no Firm F) (no Firm F)
1 Install and Design Fees 12.27 -6.68 -4.31
2 RAVA Plan 23.36 -0.18 -2.01
3 Service Proposal 14.79 -0.53 -1.65
4 PPI – LI 2.22 0.03 -0.17
5 PPI – LD 2.19 0.06 -0.15
6 PPI – D 2.19 0.06 0.03
7 PPI – M 2.13 0.12 0.08
8 PPI - # LI 0.18 0.08 -0.01
9 PPI - # LD 0.23 0.03 -0.04
10 PPI - # D 0.25 0.00 0.00
11 PPI - # M 0.25 -0.06 -0.06
12 Financial Clarification 15.00 -2.69 -2.71
13 Interview – D 17.50 -2.37 -4.84
14 Interview – M 17.50 -3.73 -5.48
113
Table 5.14
All Proposers
No Criteria Firm F (no Firm F)
1 Install and Design Fees 0.00 1.87
2 RAVA Plan 25.00 -3.85
3 Service Proposal 15.00 -2.14
4 PPI – LI 2.22 -0.28
5 PPI – LD 2.19 -0.24
6 PPI – D 2.19 0.02
7 PPI – M 2.13 -0.05
8 PPI - # LI 0.18 -0.05
9 PPI - # LD 0.23 -0.07
10 PPI - # D 0.25 -0.01
11 PPI - # M 0.25 -0.06
12 Financial Clarification 13.68 -0.46
13 Interview – D 17.50 -5.25
14 Interview – M 17.50 -6.64
114
Table 5.15
Financial
12 15 -2.7 -3.5 0.0 -1.9 N/A -3.9 -1.5
Clarification
13 Interview – D 17.5 -6.9 -3.4 0.0 -9.2 N/A -3.6 -1.1
14 Interview – M 17.5 -7.0 -5.2 0.0 -7.7 N/A -4.3 -3.2
Note: LI = Lead Installer, LD = Lead Designer, D = Dealer’s Representative, and M = Manufacturer’s
Representative
Table 5.16
Financial
12 15 0.0 N/A N/A -1.3 N/A N/A -1.0 -3.7 -2.4
Clarification
13 Interview – D 17.5 -8.3 N/A N/A 0.0 N/A N/A -3.2 -7.4 -2.1
14 Interview – M 17.5 -8.0 N/A N/A 0.0 N/A N/A -4.7 -7.4 -6.5
Note: LI = Lead Installer, LD = Lead Designer, D = Dealer’s Representative, and M = Manufacturer’s
Representative
Project Performance Information
surveys, Weekly Risk Reports (WRR), and Project Record Lists (PRL).
system; thus, the cost and schedule deviation data is based on the whole
from Firm F. Firm F has completed 37 percent more projects than Firms P
and S combined, and 83 percent more in terms of total cost. Table 5.17
Table 5.17
117
The next component of the project performance data was the
Schedule Deviation (see Table 5.18). Firm F had the lowest overall
schedule deviation at 1.6 percent, which was 8.4 percent less than the
10.0 percent average delay rate. Firm S’ dealer deviation rate is 23.2
delayed for any reason. 87 percent of Firm F’s projects were completed
percent.
Table 5.18
changes. The overall dealer cost deviation rate was 0.0008 percent. This
118
was expected as the price lists are fixed and published. The deviations
identified were caused by two projects where the dealer incorrectly placed
an order.
119
Chapter 6
RESULTS
Introduction
objectives of this thesis were to develop a tool that Facility Managers can
proposals
service
120
4. Discussion and results of buyer purchasing preferences
was not optimal. This section will discuss the application of a value-based
Managers can use the fringe benefits of the process to increase the value
buyers from each of the three Universities. The results from the survey
than ASU and UA. This conclusion was identified by the results of a
The initial financial evaluation was not defined in the RFP, and therefore
proposers could not tailor their submittals to provide a higher level of value
121
proposer submitted their price sheets in terms of net cost, the University
first calculated the discounted project cost (using the proposer’s average
percent discount value), and then calculated the design and installation
list was not necessarily representative of actual cost savings for the
proposers provide the product, design, and installation costs for two
The proposers’ responses included all costs that the Universities would
between suppliers. The disadvantage was that the typicals were just that:
122
understand for both parties (buyer and supplier), and gives a better,
were, on average, 14.9 percent less than their State of Arizona contract.
$2.9M.
The researcher did not have data on the cost savings of the
relative measure of the additional value from the best value RFP could not
involving furniture soon enough are the dealers’ greatest risk. The Tri-U
best value environment is structured such that the buyers are encouraged
(and Universities’) risk. Thus, the system is more efficient and more
profitable for the dealers, which reduces overall cost (Kashiwagi J.,
123
cost inflation by the manufacturers, and also gives the owner a tool to
ASU had used PIPS for the selection and delivery of several other
RFP and the State of Arizona Furniture RFP, was that the proposers were
encouraged to respond in terms of the risk that may impact their ability to
successfully deliver the project (see Table 3.2 from Chapter 3). As a
result, the proposals were significantly shorter than what was typically
the financial proposal should take into account the relative value that the
124
definition, value added options allow proposers to suggest additional
scope and services that are above and beyond what was specified by the
client. Hence, the ideas must have a cost impact; if they did not, the
owner. Instead, the value added options section made it easier for
minimizing project risk. If the proposers can quantify value added services
in terms of cost, even without a specific project at hand, the VA could then
be a component of evaluation.
This section summarizes the results and impacts of the best value
The researcher surveyed the potential proposers, and identified that while
t-test that confirmed that overall, dealers and manufacturers do not show a
125
However, there is a significant difference in their perception of industry
clients’ first and only point of contact for all furniture-related interactions.
issues.
performance. For smaller projects, the vendors document the start, initial
completion, and actual completion dates, as well as initial and final costs,
on the Project Record List (PRL). Any deviations between the initial
baseline (date or cost), and the final or actual result, must be documented.
develop a risk management plan (RMP) with the buyer, and a milestone
126
schedule for the project, and document these items on the Weekly Risk
preplan the project, and specifically focus on activities that may stop the
the best value Tri-U system assists vendors to think of furniture projects in
For dealers, the PRL and WRR document the sources of deviation; for
clients, the RMP and WRR provide a snapshot of project performance and
the dealer’s plan to minimize risk; and for the University purchasing staff,
the tools provide a high level overview of project risk, dealer performance,
and university performance. The data from these tools are also the basis
The initial buyer survey identified that overall performance was rated at 7
out of 10, and overall satisfaction at NAU was 40 percent lower than the
overall combined average of ASU and UA. NAU reported that 19 percent
127
that a source of significant differential was between NAU’s average
of ASU and UA, and is 39 percent the size of its host city. The
plan to minimize the risk of nonperformance are critical factors that the Tri-
efficiency of the supply chain is just as important as, if not more so than,
Nearly three years after execution of the best value Tri-U Furniture
satisfaction ratings for each University. The analysis identified that there
conducted a t-test for each university’s initial buyer survey responses and
128
confirmed that there was a significant performance increase between the
initial survey and closeout survey (under the best value system).
ANOVA of the best value customer responses (Table 5.5), which showed
overall performance differential between the initial buyer survey, and the
129
management system can bring tremendous value to the client
organization. It also shows that the perception of price being the most
is not optimal.
The researcher analyzed the level of purchasing levels, and identified that
and 85 percent of awarded cost of all furniture projects. Buyers are clearly
clarification. Therefore, the reader might surmise that their low cost is the
researcher proposes that there are performance factors that may also be
Firm F’s schedule deviation rate is 8.4 percent less than the
average delay rate, and 27 percent more of Firm’s F are completed on-
130
The hypotheses of this thesis were as follows:
deviations.
organization.
Limitations
universities.
131
dealers that were outside of the dollar limit range of the Tri-U
for the life of the Tri-U contract ("Sharp tuition hikes," 2010). As
132
Chapter 7
CONCLUSION
Summary
many different organizations are charged with the task of acquiring quality
services for the lowest cost. The services being delivered can have an
impact on many different facets of the company. One such area is the
goods is their cost (Rayburn, 2010; Reimann, Schilke, & Thomas, 2010;
coordinating with all critical parties, and selecting suppliers on the basis of
their ability to identify and minimize the risk they do not control. Facility
mentality.”
133
bureaucracies can operate like silos who give minimal consideration of
1994; Toye 2006). Large bureaucracies are slower to change and cannot
1994).
Manager to identify where and when risk will occur, as well as the
134
perception of, and resolution to, risk is then used to resolve issues.
the service being provided, with exception to price. Markets for these
increase the competitive advantage they bring to their buyers. Firms that
use this approach can understand the added value a product receives as
135
supplier had a schedule deviation rate that was 8.4 percent less
136
performance ratings indicated that there was significant
Research Benefits
minimized the amount of effort and need for technical expertise of the
succinctly identify their plan to minimize risk that would have otherwise
the actual costs buyers would see on a typical furniture project, instead of
137
suppliers, and therefore requires minimal efforts from the buyer
and reduced costs, further research in specific areas would increase the
other areas.
138
savings organizations receive relative to some sort of baseline (for
Conclusion
and found that evaluating product percentage discounts is not the most
‘commodity’, but instead focused on the supply chain that delivered the
139
the commodity suppliers (in terms of risk and customer satisfaction), while
Additionally, the system identified that one supplier had 27 percent more
140
REFERENCES
Barton, L., & Hardigree, D. (1995; 1995). Risk and crisis management in
facilities: Emerging paradigms in assessing critical incidents.
Facilities, 13(9,10), 11-11.
Basu, G., Ben-Hamida, M., Butner, K., Cope, E., Deleris, L., Dong, J., . . .
Torpy, J. (2008). Supply chain risk management: A delicate
balancing act. (White Paper). Somers, NY: IBM Business
Consulting Services.
Behn, B. K., & Riley, R. A., Jr. (1999). Using nonfinancial information to
predict financial performance: The case of the U.S. airline industry.
Journal of Accounting, Auditing & Finance, 14(1), 29-56.
141
Bekefi, T., & Epstein, M. (2007; 2006). Risk - getting the whole picture.
CMA Magazine, 80(8), 23-23-26.
142
Dell, R. K. (2005). Breaking organizational silos: Removing barriers to
exceptional performance. American Water Works
Association.Journal, 97(6), 34-37.
den Otter, A., & Emmitt, S. (2007; 2007). Exploring effectiveness of team
communication. Engineering, Construction and Architectural
Management, 14(5), 408-408-419.
Dicken, P., Kelly, P. F., Olds, K., & Wai-Chung Yeung, H. (2001). Chains
and networks, territories and scales: Towards a relational
framework for analysing the global economy. Global Networks,
1(2), 89-112. doi:10.1111/1471-0374.00007
Dissident threat and red tape 'hindering police' Retrieved 6/1/2011, 2011,
from http://www.bbc.co.uk/news/13551361
Goldsby, T. J., & Rao, S. (2009). Supply chain risks: A review and
typology. The International Journal of Logistics Management, 20(1),
97-97. doi:10.1108/09574090910954864
143
Gransberg, D. D., & Ellicott, M. A. (1996). Best value contracting: Breaking
the low-bid paradigm. AACE International Transactions,
(15287106), VEC51-VEC56.
Kashiwagi, D., & Byfield, R. E. (2002; 2002). Selecting the best contractor
to get performance: On time, on budget, meeting quality
expectations. Journal of Facilities Management, 1(2), 103-103-116.
Kashiwagi, D. (2012). Best value standard. (pp. 3.7, 4.1-4.8, 5.29, 7.1-
7.18). Mesa: Kashiwagi Solution Model (KSM).
144
Katunzi, T. M. (2011). Obstacles to process integration along the supply
chain: Manufacturing firms perspective. International Journal of
Business and Management, 6(5), 105-113.
Nepal, B. P., Yadav, O. P., & Solanki, R. (2011). Improving the NPD
process by applying lean principles: A case study. Engineering
Management Journal, 23(3), 65-81.
Quesada, H., & Gazo, R. (2007). Methodology for determining key internal
business processes based on critical success factors. Business
Process Management Journal, 13(1), 5-5.
doi:10.1108/14637150710721104
Romeo, J. (2011). The fine art of goal-setting: Setting written goals gives
organizations an advantage. Alaska Business Monthly, 27(2), 92.
146
Schneider, J., & Kiser, E. (1994). Bureaucracy and efficiency: An analysis
of taxation in early modern prussia. American Sociological Review,
59(2), 187-204.
Sharp tuition hikes sought at asu, ua, nau. (2010, February 19). Newsday.
Retrieved from http://www.newsday.com/news/nation/sharp-tuition-
hikes-sought-at-asu-ua-nau-1.1771160
Stone, K.2009 government pay schedule. Retrieved May 24, 2011, from
http://govcentral.monster.com/benefits/articles/2374
Sullivan, K. T., & Guo, Y. (2009). Contractor cash flow and profitability
analysis between best value and low bid. Cost Engineering, 51(9),
16-20.
The supply chain management processes. Retrieved May 27, 2011, from
http://scm-institute.org/Our-Relationship-Based-Business-
Model.htm
147
Tay, L. (2006). Strategic facilities management of suntec singapore
international convention and exhibition centre: A case study.
Facilities, 24(3/4), 120-131.
U.S. workers can expect skimpy raises in 2009. (2008). Retrieved May 25,
2011, from
http://www.msnbc.msn.com/id/26507696/#.TpzkodIUqso
148
APPENDIX A
149
Performance Based Studies Research Group
Phone: 480-965-4570 Fax: 480-965-4371
Website: www.pbsrg.com
A. Background Information
150
Performance information should be used much
9 (1-10)
more in the furniture services industry
Traditional marketing- and relationships-based
10 contract award processes do not motivate higher (1-10)
performance
The furniture services industry is in need of a
11 (1-10)
better contracting (vendor selection) procedure
Using best value procurement will improve the
12 (1-10)
quality of vendors in the furniture services industry
Overall performance of the furniture services
industry
13 (1-10)
(10 = very high performance, 1 = very low
performance)
151
APPENDIX B
152
Performance Based Studies Research
Group
Phone: 480-965-4570 Fax: 480-965-4371
Website: www.pbsrg.com
B. Dealer Evaluation
NO CRITERIA UNIT Rating
Ability to manage the project cost (minimize
3 (1-10)
change orders)
Ability to maintain project schedule (complete on-
4 (1-10)
time or early)
5 Quality of workmanship (1-10)
Professionalism and ability to manage (also
6 includes responses and prompt payment to (1-10)
suppliers and subcontractors)
Close out process (no punch list upon turnover,
7 warranties, operating manuals, submitted (1-10)
promptly)
Communication, explanation of risk, and
8 (1-10)
documentation (weekly reporting during
153
installation)
Ability to follow the users’ rules, regulations, and
9 (1-10)
requirements (housekeeping, safety, etc…)
Overall customer satisfaction and comfort level in
10 (1-10)
hiring again
11 Are you satisfied with the dealer? Circle Y / N
C. Projects Evaluation
NO CRITERIA UNIT Rating
12 What percent of projects were completed on-time? %
What percent of the final product(s) match your
13 %
initial expectations?
What percent of products were damaged upon
14 %
delivery (past fiscal year)?
154
APPENDIX C
155
Furniture Project Performance Questionnaire
Code <<Code>>
<<Evaluator
To: Phone: <<Contact Phone>>
Name>>
Fax: <<Contact Fax>>
Subject: Past <<Name of Company>>
(Name of Company Being Surveyed)
<<Name of Any Individuals>>
(Name of Individuals Being Surveyed)
The PBSRG is a research group at Arizona State University that collects
past performance information on vendors and key personnel to assist
clients in awarding projects based on value. The firm/individual listed
above has listed you as a reference for a past project they have
completed. We would greatly appreciate it if you would take a few
moments to complete this survey. Please rate each of the criteria on a
scale of 1 to 10, with 10 representing that you were very satisfied and 1
representing that you were very unsatisfied. Please rate each of the
criteria to the best of your knowledge. If you do not have sufficient
knowledge in a particular area, please leave it blank.
Client <<Client Work Was Performed Date <<Date>>
Project For>>
Name: <<Project Name>> Completed:
156
APPENDIX D
157
March 5, 2009
Time and Date Set for Closing, 3:00 P.M., M.S.T., 04/06/09
158
TABLE OF CONTENTS
TITLE PAGE
SECTION I – REQUEST FOR PROPOSAL ........................................ 160
159
SECTION I – REQUEST FOR PROPOSAL
_____Liz Chandler_______________
Liz Chandler, C.P.M.
Purchasing Manager
EC
160
SECTION II - PURPOSE OF THE RFP
1. INTENT
161
All projects will require diverse product solutions. The service focus
of the contract will require that proposers provide a well-staffed,
experienced project management team. We want to ensure that
we have strategic partnerships with the successful proposers that
will allow us to service the departmental purchases with a minimum
of resources and also provide the procurement support needed for
the capital building projects.
• SECONDARY AWARDS
162
2. BACKGROUND INFORMATION
ASU
FY 2008 YTD FY 2009 TOTAL %
Primary $10,500,000 $2,200,000 $12,700,000 89%
Budget $600,000 $75,000 $675,000 5%
Secondary $800,000 $150,000 $950,000 7%
TOTAL $11,900,000 $2,425,000
UA
FY 2008 YTD FY 2009 TOTAL %
Primary $4,266,280 $1,438,861 $5,705,141 93%
Budget $124,331 $53,405 $177,736 3%
Secondary $68,989 $214,560 $283,549 5%
TOTAL $4,459,600 $1,706,826
163
NAU
FY 2008 YTD FY 2009 TOTAL %
Primary $2,000,000 $1,000,000 $3,000,000 99%
Budget $27,500 $0 $27,500 1%
Secondary $11,760 $0 $11,760 0%
TOTAL $2,039,260 $1,000,000
3. TERM OF CONTRACT
The base term for any agreement(s) resulting from this Request for
Proposal shall be for three (3) years, commencing on July 1, 2009,
or from date of actual award, whichever is later. However, the
Universities may, upon mutual agreement by both parties to the
agreement, elect to extend such agreement for two (2) additional
one (1) year term periods for a potential maximum term of five (5)
years ending June 30, 2014. The scope of the agreement shall
include the following campuses: the University of Arizona, in
Tucson; the University of Arizona South in Sierra Vista; Northern
Arizona University in Flagstaff and Distance Learning sites t
throughout Arizona; Arizona State University at the Tempe,
Polytechnic, Downtown and West campuses. Pima Community
College District has also been an historical user of this contract.
164
SECTION III – PRE-PROPOSAL CONFERENCE
165
SECTION IV – INSTRUCTIONS TO PROPOSERS
Name of Proposer
Title of Proposal
RFP Number
Date and Time Proposal is Due
All visitors to USB are to obtain a visitor’s badge from the USB
Reception Desk to wear while in the building, please check in at the
USB Reception Desk. The receptionist will call to have you
escorted to your meeting.
166
Furthermore, the documents should be clearly marked to indicate
that they are printed on recycled content (minimum 30% post-
consumer waste paper.
5. You may withdraw your proposal at any time prior to the time and
date set for closing.
167
11. The University is committed to the development of Small
Business and Small Disadvantaged Business (SB & SDB)
suppliers. If subcontracting is necessary, the successful
proposer will make every effort to use SB & SDB in the
performance of any contract resulting from this Request for
Proposal. A report may be required at each annual
anniversary date and at the completion of the contract
indicating the extent of SB & SDB participation. A description
of the proposer's expected efforts to solicit SB & SDB
participation should be enclosed with your proposal.
Audited financial statements for the two (2) most recent available
years. If the financial statements are intended to be confidential,
please submit one (1) copy in a separate sealed envelope and
mark as follows:
Firm’s Name
Confidential – Financial Statements
It is preferred that audited financial statements for the two (2) most
recent available years be submitted. However, if not available,
provide a copy of firm’s two (2) most recent tax returns or compiled
financial statements by an independent CPA. If the financial
statements or tax returns are intended to be confidential, please
submit one (1) copy in a separate sealed envelope and mark as
follows:
Firm’s Name
Confidential – Financial Statements
168
14. The University reserves the right to reject any or all proposals or
any part thereof, or to accept any proposal, or any part thereof, or
to withhold the award and to waive or decline to waive irregularities
in any proposal when it determines that it is in its best interest to do
so. The University also reserves the right to hold all proposals for a
period of 60 days after the opening date and the right to accept a
proposal not withdrawn before the scheduled proposal opening
date.
169
18. Any person, firm, corporation or association submitting a proposal
shall be deemed to have read and understood all the terms,
conditions and requirements in the specifications/scope of work.
170
omissions relating to this Request for Proposal must be directed, in
writing or by facsimile, to:
Liz Chandler
Purchasing and Business Services
University Services Building
Arizona State University
PO Box 875212
Tempe, AZ 85287-5212
Tel: 480-965-0578
Fax: 480-965-0586
e-mail: liz.chandler@asu.edu
Note that the University will answer informal questions orally. The
University makes no warranty of any kind as to the correctness of
any oral answers and uses this process solely to provide minor
clarifications rapidly. Oral statements or instructions shall not
constitute an amendment to this Request for Proposal. Proposers
shall not rely on any verbal responses from the University. If you
have formal questions about any part of this Request for Proposal,
which could result in a material issue or a formal amendment to this
Request for Proposal, submit your questions on a Proposer Inquiry
Form from Section X of this Request for Proposal.
24. The University shall not reimburse any proposer the cost of
responding to a Request for Proposal.
171
energy efficient in all categories available. If this solicitation is for a
product in a category for which ENERGY STAR® or certified
products are available, please submit evidence of the ENERGY
STAR® status or certification for the products you are bidding.
Please note that if you fail to submit this information but a
competitor does, we will select your competitor’s product as
meeting specifications and deem your product as not meeting
specifications. See A.R.S. §34-451.
27. The University requires that all desktop computers, notebooks, and
monitors purchased must meet, at a minimum, all Electronic
Product Environmental Assessment Tool (EPEAT) environmental
criteria designated as “required” (bronze registration) or higher as
contained in the IEEE 1680 Standard for the Environmental
Assessment of Personal Computer Products. Additional
consideration will be provided for electronic products that have
achieved EPEAT silver or gold registration. The registration criteria
and a list of all registered equipment are at http://www.epeat.net on
the Web.
29. The University believes that it can best maintain its reputation for
treating suppliers in a fair, honest, and consistent manner by
conducting solicitations in good faith and by granting competitors
an equal opportunity to win an award. If you feel that we have
fallen short of these goals, you may submit a protest pursuant to
the Arizona Board of Regents procurement procedures, section 3-
172
809, in particular section 3-809C. This paragraph does not include
all of the provisions of the Regents procedures, but it does tell you
what you have to do to initiate a protest. First, you have to be an
"interested party." An "interested party" is an actual or prospective
proposer whose direct economic interest may be affected by the
issuance of a solicitation, the award of a contract, or by the failure
to award a contract. Whether an actual prospective bidder or offeror
has a direct economic interest will depend upon the circumstances
in each case. At a minimum, the interest must be substantial and
must be tangibly affected by the administrative action or proposed
action concerned in the case. For instance, a bidder or proposer
who is fourth in line for award does not have a sufficient economic
interest to protest the proposed award of a contract to the low
bidder. Second, you must submit the protest in a timely manner. In
procurements inviting bids, protests based upon alleged errors,
irregularities or, improprieties in a solicitation that are apparent
before the bid opening shall be filed before the bid opening. In
procurements requesting proposals, protests based upon alleged
errors, irregularities or improprieties in a solicitation that are
apparent before the closing date for receipt of initial proposals shall
be filed before the closing date for receipt of initial proposals.
Protests concerning improprieties that do not exist in the initial
solicitation, but that are subsequently incorporated into the
solicitation, shall be filed by the next closing date for receipt of
proposals following the incorporation. In cases other than those
just covered, protests shall be filed no later than ten days after a
contract is awarded in connection with the procurement action.
Failure to timely protest shall be deemed a waiver of all rights.
Third, and finally, your protest shall be in writing and shall include
the following information: (1) The name, address, telephone
number, and fax number of the protestor; (2) The signature of the
protestor or its representative; (3) Identification of the solicitation or
contract number; (4) A detailed statement of the legal and factual
grounds of the protest including copies of relevant documents; and
(5) The form of relief requested.
173
Please note that as the University takes protests very seriously, we
expect you to do so as well. Frivolous protests will not result in
gain for your firm.
30. Other Opportunities with Arizona State University not related to this
solicitation.
176
SECTION V – PROGRAM AND SERVICE EXPECTATIONS
5.4. Supplier shall maintain in current status all federal, state, and local
licenses and permits that may be required for the business
conducted by the Supplier and applicable for the work to be
required under this agreement.
177
Successful supplier(s) shall assist NAU departments with the
selection of contract products based on their requirements. If
design service is required, the Supplier’s representative will be
requested by Purchasing Services to meet with the department.
This is usually required only for systems furniture and related
products and may include CAD drawings and a submitted quote to
include installed pricing with a CAPS list.
178
5.10. Each of the participating Universities may undertake or award other
agreements for additional FF&E or related work and the Supplier
awarded a Universities furniture agreement shall fully cooperate
with such other selected contractor(s) and Universities employees
and carefully fit their own work with such other additional work. The
Supplier shall not commit or permit any act, which will interfere with
the performance of work by other contractor(s) or Universities
employees.
5.13. Supplier shall obtain all parking permits and/or decals required
while performing work on universities premises and must adhere to
specific University requirements for access and . A cost may be
incurred by the Supplier to obtain said permits.
179
5.16. It is essential that the Proposer provide an adequate staff of
experienced sales and design personnel that are capable of and
devoted to the successful accomplishment of the complete
customer services to be provided under the Universities furniture
agreement including departmental purchases and capital projects.
Once such personnel are assigned to work under the agreement,
sales and design personnel shall not be removed or replaced
without prior written approval of the Universities. Conversely, the
Universities may request of the Supplier that sales and/or design
personnel be replaced in their respective assignments if they
continually fail to provide the level of customer services necessary
in support of the furniture agreement.
180
SECTION VI - Green Purchasing Requirements/Specifications
The University and the supplier may negotiate during the contract term to
permit the substitution or addition of Environmentally Preferable Products
(EPPs) when such products are readily available at a competitive cost and
satisfy the university’s performance needs.
181
SECTION VII - evaluation AND PROCESS OVERVIEW
It is imperative that each Proposing team realize that what is written in the
proposals and discussed in the interview will become part of the
successful Proposing team’s final contract.
The second phase of the best value system is a Pre-planning and Quality
Control period that takes place prior to each award of the contract. Three
suppliers for the Primary Award group, one supplier for the Budget Award
group, and any Secondary Award suppliers will move forward to the Pre-
Award period. In the Pre-Planning and Quality Control stage the identified
potential best value suppliers will provide the Universities with (See
Attachment 4 for more details):
182
b. List of University action items and requirements. The list
must include item/task/ expectation, date required, and the
actual person in the University organization that is
responsible for fulfilling the need.
c. A detailed schedule for transition (if necessary) and all
implementation.
d. Implementation plan for the Tri-University Risk Minimization
and Performance Measurement report that will be used
during the life of the contract to track and document risks
and performance metrics.
After the Pre-planning and Quality Control period has fulfilled the needs
and satisfaction of the University and the Supplier, the Supplier will be
contracted.
The third phase of the best value system is the Management by Risk
Minimization and Performance Metrics for the life of the contract. The
successful proposing supplier (for each award) will be expected to report
regularly (for the life of the contract) on the performance and risk level of
the service. The successful proposing supplier must establish a system
that can track and document the risk and performance of the project for
the Universities’ use in monitoring the contract.
1. Interview
2. Risk Assessment and Value Added Plan
3. Service Proposal
4. Financial Proposal
5. Past Performance Information of the Supplier
Each proposing team will submit a three (3)-page Risk Assessment and
Value Added plan for the project services being provided. A guide on how
to prepare a RAVA Plan can be found in Attachment 1. The RAVA Plan
must:
183
• Identify and describe any potential risks, specifically risks the
Supplier does not control.
• Identify how the Supplier will minimize the risks
• Identify any items/ideas that will be used to add value to the
Universities and/or the Service
• Identify a Transition Milestone Plan
Each RAVA Plan must be three pages or less. The Risk Assessment and
Value Added section must be no longer than two (2) pages and the
Transition Milestone Plan must be no longer than one (1) page. The RAVA
Plan must not have any names in it (supplier, product, past project names,
company letterhead, etc). A format with additional information is provided
in Attachment 1.
Service Proposal
Once again, this criterion will be rated blind. Therefore, the Service Plan
must have no names or any other information that will indicate the identity
of the Proposer on/in it (no Proposer name, Proposer personnel, product,
past project names, company letterhead, etc).
Financial Proposal
184
Past Performance Information is required for each proposing Supplier.
Each Proposing team entity is responsible for preparing a list of past
and/or current clients and sending performance surveys to the
past/current clients. Surveys from a Supplier’s past clients will be returned
to the Supplier, which will be submitted as part of the Supplier’s proposal.
Information on how to prepare the list of past clients and how to send out
the surveys can be found in Attachment 2. Past/current performance
information will be collected on the proposing firm from:
• Manufacturer’s Representative
• Dealer’s Representative
• Lead Designer
• Lead Installer
The above criteria - RAVA, Service Proposal, Financial Proposal and Past
Performance Information - will be used to shortlist the number of
Proposers to between three and five. Once shortlisted, those Proposing
teams will be interviewed.
Interview
After the above criteria are evaluated, the Universities will shortlist to three
to five Proposing teams. From the shortlisted Proposing teams, the
Universities may interview the Manufacturer’s Representative, Dealer’s
Representative, Lead Designer and Lead Installer for each proposing
team. The individual(s) interviewed must be the actual personnel the
University will be working with on the account. The Universities will not
allow a personnel switch unless it is the best interest of the Universities.
185
Once the Universities have identified the three potential best value
Suppliers based upon the above criteria, the identified supplier will
proceed into a Pre-Planning and Quality Control period prior to the award
of the contract. The requirements of the Pre-planning and Quality Control
period are in Attachment 4.
186
SECTION VIII – FINANCIAL PROPOSAL
List each product line you are offering for this contract. List all values as
percentages. The “Install / Delivery” and “Design” categories must be
expressed as a percentage of the product cost, designated as List or Net.
Submit a MS Excel (XLS) version of your financial proposal. You must
use the format in the “Contract Pricing Proposal” table below.
Proposer:
Manufacturer:
Price List:
Discount off
Line List Install / Delivery Design
187
188
SECTION IX – FORM OF PROPOSAL/SPECIAL INSTRUCTIONS
3. Service Proposal
4. Financial Proposal
190
SECTION X – PROPOSER INQUIRY FORM
SECTION NUMBER:
WRITER:
COMPANY:
DATE:
QUESTIONS:
191
SECTION XI – TERMS & CONDITIONS
192
and detect violations of the Anti-Kickback Act of 1986 in its
operations and direct business relationships.
193
and 41, and C.F.R. §60-741.4 are incorporated herein by reference
and shall be applicable to this Agreement unless this Agreement is
exempted under the rules, regulations or orders of the Secretary of
Labor.
194
15. CONTRACT CLAIMS AND CONTROVERSIES. All contract
claims and controversies arising under this Agreement shall be
resolved pursuant to the Arizona Board of Regents procurement
procedures, section 3-809, in particular section 3-809C.
18. INSPECTION AND AUDIT. All books, accounts, reports, files and
other records relating to this Agreement shall be subject at all
reasonable times to inspection and audit by the Arizona Board of
Regents, Arizona State University or the Auditor General of the
State of Arizona, or their agents for five (5) years after completion
of this Agreement. Such records shall be produced at Arizona
State University, or such other location as designated by Arizona
State University, upon reasonable notice to the Proposer.
19. INSOLVENCY. The University shall have the right to terminate this
Agreement at any time in the event Proposer files a petition in
bankruptcy, or is adjudicated bankrupt; or if a petition in bankruptcy
is filed against Proposer and not discharged within thirty (30) days;
or if Proposer becomes insolvent or makes an assignment for the
benefit of its creditors or an arrangement pursuant to any
bankruptcy law; or if a receiver is appointed for Proposer or its
business.
20. ADVERTISING. Proposer agrees that it will not use Arizona State
University or any of its names or trademarks in any Proposer
advertising.
195
Proposer for the vicarious liability of the State as a result of entering
into this contract. However, the parties further agree that the State
of Arizona, its departments, agencies, boards and commissions
shall be responsible for its own negligence. Each party to this
contract is responsible for its own negligence.
22. PARKING. The Proposer shall obtain all parking permits and/or
decals required while performing work on University premises. The
Proposer should contact the Parking and Transit Department,
Administration Division at 480-965-6406.
196
following webpage: http://www.asu.edu/aad/manuals/dps/dps201-
05.html.
197
29. DEBARMENT AND SUSPENSION. Recipients shall fully comply
with the requirements stipulated in Subpart C of 45 CFR 620,
entitled “Responsibilities of Participants Regarding Transactions”.
The recipient is responsible for ensuring that any lower tier covered
transaction, as described in Subpart B of 45 CFR 620, entitled
“Covered Transactions”, includes a term or condition requiring
compliance with Subpart C. The recipient also is responsible for
further requiring the inclusion of a similar term or condition in any
subsequent lower tier covered transaction. The recipient
acknowledges that failing to disclose the information required under
45 CFR 620.335 may result in the termination of the award, or
pursuance of other available remedies, including suspension and
debarment. Recipients may access the Excluded Parties List
System at http://epls.arnet.gov.
198
33. SHIPMENT UNDER RESERVATION PROHIBITED. Proposer is
not authorized to ship the goods under reservation and no tender of
a bill of lading will operate as a tender of the goods.
34. TITLE AND RISK OF LOSS. The title and risk of loss of the goods
shall not pass to the University until the University actually receives
the goods at the point or points of delivery.
If for any reason the Work would not be considered a work made
for hire under applicable law, Proposer sells, assigns, and transfers
to University all rights and title to the copyright in the Work, related
registrations and copyright applications, and any related renewals
and extensions. This grant of rights and assignment extends to all
works based upon, derived from, or incorporating the Work, to all
income, royalties, damages, claims and payments payable now or
later, to all causes of action, either in law or in equity for past,
present, or future infringement based on the copyrights, and to all
corresponding rights throughout the world.
199
rights regarding the form or extent of any alteration to the Work
(including removal or destruction) or the making of any derivative
works based on the Work, including photographs, drawings or other
visual reproductions or the Work, in any medium, for university
purposes.
Bodily Injury;
Broad Form Property Damage (including completed
operations); (THIS AMOUNT IS PART OF THE $1,000,000)
Independent Contractors Coverage;
Personal Injury;
Blanket Contractual Liability;
Products and Completed Operations, and this coverage shall
extend for one year past acceptance, cancellation or
termination of the services or work defined in this contract;
and
Fire Legal Liability.
200
bodily injury, death or property damage arising out of the
ownership, maintenance or use of any auto. The policy shall
be endorsed to add the State of Arizona, its departments,
agencies, boards and commissions as an Additional Insured
with reference to this contract.
201
Other (Specify profession from Scope of Work)
202
charged to the State of Arizona, its departments, agencies,
boards and commissions. Proposer and its insurer(s)
providing the required coverages shall waive their rights of
recovery against the State of Arizona, its departments,
agencies, boards, commissions, employees and officers.
40. SALES AND USE TAX. The Proposer agrees to comply with and
to require all of his subcontractors to comply with all the provisions
of applicable state sales excise tax law and compensation use tax
law and all amendments to same. The Proposer further agrees to
indemnify and save harmless the University, of and from any and
all claims and demands made against it by virtue of the failure of
the Proposer or any subcontractor to comply with the provisions of
any or all said laws and amendments. The University is not exempt
from state sales excise tax and compensation use tax, except for
equipment purchased for research or development under the
provisions of A.R.S. §42-5159 (B) (14). Any equipment ordered as
tax exempt shall be invoiced separately from taxable systems, even
if purchased on the same purchase order from the University.
203
University agrees to notify the Proposer of such non-allocation at
the earliest possible time. No penalty shall accrue to the University
in the event this provision shall be exercised. This provision shall
not be construed so as to permit the University to terminate this
Agreement in order to acquire similar equipment from another
party.
204
representative of the Contractor shall disclose information it
receives under this agreement to any third party, except with the
consent of the student or as required by law. Any disclosures made
by the Contractor should comply with the University’s definition of
legitimate educational purpose. If any designated representative
discloses or misuses any educational record, the University will
take appropriate action against the designated representative that
is similar to action ASU would take against one of its employees
who disclosed or misused the educational records of its students.
205
SECTION XII – MANDATORY CERTIFICATIONS & SUBSTITUTE W-9
CONFLICT OF INTEREST CERTIFICATION
_____________________
(date)
________________________________
(firm)
________________________________
(address)
_______________________ ________________________________
(signature required) (Phone)
_______________________ ________________________________
(print name) (fax)
_____________________ ________________________________
(print title) (Federal Taxpayer ID Number)
206
FEDERAL DEBARRED LIST CERTIFICATION
_____________________
(date)
(a) (1) The Offeror certifies, to the best of its knowledge and belief, that—
(i) The Offeror and/or any of its Principals—
(A) (check one) Are ( ) or are not ( ) presently debarred,
suspended, proposed for debarment, or declared ineligible
for the award of contracts by any Federal agency; (The
debarred list (List of Parties Excluded from Federal
Procurement and Nonprocurement Programs) is at
http://epls.arnet.gov on the Web.)
(B) (check one) Have ( ) or have not ( ), within a three-
year period preceding this offer, been convicted of or had a
civil judgment rendered against them for: commission of
fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, state,
or local) contract or subcontract; violation of Federal or state
antitrust statutes relating to the submission of offers; or
commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false
statements, tax evasion, or receiving stolen property; and
(C) (check one) Are ( ) or are not ( ) presently indicted
for, or otherwise criminally or civilly charged by a
governmental entity with, commission of any of the offenses
enumerated in paragraph (a)(1)(i)(B) of this provision.
(ii) The Offeror (check one) has ( ) or has not ( ), within a three-
year period preceding this offer, had one or more contracts
terminated for default by any Federal agency.
(2) “Principals,” for the purposes of this certification, means officers;
directors; owners; partners; and, persons having primary management
or supervisory responsibilities within a business entity (e.g., general
207
manager; plant manager; head of a subsidiary, division, or business
segment, and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency
of the United States and the Making of a False, Fictitious, or Fraudulent
Certification May Render the Maker Subject to Prosecution Under
Section 1001, Title 18, United States Code.
(b) The Offeror shall provide immediate written notice to the
Contracting Officer if, at any time prior to contract award, the Offeror
learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision
exists will not necessarily result in withholding of an award under this
solicitation. However, the certification will be considered in connection
with a determination of the Offeror’s responsibility. Failure of the
Offeror to furnish a certification or provide such additional information
as requested by the Contracting Officer may render the Offeror
nonresponsible.
(d) Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render, in good faith,
the certification required by paragraph (a) of this provision. The
knowledge and information of an Offeror is not required to exceed that
which is normally possessed by a prudent person in the ordinary
course of business dealings.
(e) The certification in paragraph (a) of this provision is a material
representation of fact upon which reliance was placed when making
award. If it is later determined that the Offeror knowingly rendered an
erroneous certification, in addition to other remedies available to the
Government, the Contracting Officer may terminate the contract
resulting from this solicitation for default.
__________________________
(firm)
________________________________
(address)
____________________ _______________________
(signature required) (Phone)
_________________________ ________________________
(print name) (fax)
______________________ _________________________
(print title) (Federal Taxpayer ID Number)
208
(Purchasing 01-31-2007)
209
ANTI-LOBBYING CERTIFICATION
_____________________
(date)
(b) The offeror, by signing its offer, hereby certifies to the best of his
or her knowledge and belief that on or after December 23, 1989—
210
(c) Submission of this certification and disclosure is a prerequisite
for making or entering into this contract imposed by section 1352, Title 31,
United States Code. Any person who makes an expenditure prohibited
under this provision or who fails to file or amend the disclosure form to be
filed or amended by this provision, shall be subject to a civil penalty of not
less than $10,000, and not more than $100,000, for each such failure.
______________________________________
(firm)
______________________________________
(address)
________________________ _______________________
(signature required) (Phone)
________________________ ________________________
(print name) (fax)
_________________________ ________________________
(print title) (Federal Taxpayer ID Number)
(Purchasing 01-31-2007)
211
SUDAN OR IRAN BUSINESS OPERATIONS CERTIFICATION
_____________________
(date)
_____________________________
(firm)
________________________________
(address)
_________________________ _________________________
(signature required) (Phone)
_________________________ _________________________
(print name) (fax)
_________________________ _________________________
(print title) (Federal Taxpayer ID
Number)
(Purchasing 02-18-2009)
212
LEGAL WORKER CERTIFICATION
_____________________
(date)
_________________________ _________________________
(firm) (address)
_________________________ _________________________
(signature required) (Phone)
_________________________ _________________________
(print name) (fax)
_________________________ __________________________
(print title) (Federal Taxpayer ID Number)
213
(Purchasing 09-23-2008)
214
SUPPLIER SUSTAINABILITY QUESTIONNAIRE
1. What policies are in place to monitor and manage your supply chain
regarding environmental issues? Please check the items that apply.
We apply environmental criteria when making purchasing decisions.
We purchase “green” (recyclable, reusable, non-toxic, bio-degradable,
and made from 100% post-consumer recycled materials) supplies,
products and materials.
We specify sustainable products and or locally manufactured products
We specify products using Electronic Products Environmental
Assessment Tool (EPEAT) standards
We partner with sustainable suppliers or utilize suppliers who share in
the sustainability commitment
Our Director of Sustainability is researching industry best procurement
practices
Other – describe other ways your company monitors and manages
your supply chain regarding environmental issues:
_______________________________________________________
_______________________________________________________
_______________________________________________________
_______________________________________________________
215
3. Does your company have a Green Transportation Plan for your
operation? Please check the items that apply.
We encourage carpooling, public transportation, and using other
alternative modes of transportation
We subsidize public transportation for employees
We are developing a Green Transportation Plan
We have an established Green Transportation Plan (describe below)
We offer flexible hours, telecommuting or a compressed work week
We utilize teleconference, video conference, WebEx or GoTo
Meetings
We purchase carbon offsets
We own electric, hybrid, or E-85 fueled vehicles
We rent hybrid vehicles
Other – describe your company’s Green Transportation Plan for your
operation:
________________________________________________________
________________________________________________________
________________________________________________________
________________________________________________________
216
5. Does your company have an environmental policy statement? Please
check the items that apply.
We are developing an environmental policy statement
Our environmental policy statement consists of a commitment to
promote environmental stewardship
Our environmental policy statement describes our company’s
Sustainability Initiative
We have formed an oversight committee to ensure the success of our
environmental policy
Our environmental policy statement describes how our company
explores opportunities to work with communities, governments and
non-governmental and professional organizations to help articulate,
teach and advance the principles of sustainability
Other - Provide (or supply a link) your company’s environmental policy
statement
________________________________________________________
________________________________________________________
________________________________________________________
________________________________________________________
217
efforts
We have performed an environmental or waste audit
We are recognized by peers and environmental organizations for
providing leadership in sustainability
We are a carbon-neutral company
Other - what other programs do you have in place, or planned for
promoting resource efficiency
________________________________________________________
________________________________________________________
________________________________________________________
________________________________________________________
9. If you are providing a product, does the manufacturer of the product that
you are bidding/proposing have an environmental policy statement?
Please check the item that applies.
No, the manufacturer of the product that I am bidding/proposing
DOES NOT have an environmental policy statement
Yes, the manufacturer of the product that I am bidding/proposing HAS
an environmental policy statement
Provide Environmental Policy Statement
________________________________________________________
________________________________________________________
________________________________________________________
________________________________________________________
218
10. If you are providing a product, has the manufacturer of the product that
you are bidding/proposing ever been cited for non-compliance of an
environmental or safety issue? Please check the item that applies.
No, the manufacturer of the product that I am bidding/proposing HAS
NOT been cited for non-compliance of an environmental or safety
issue
Yes, the manufacturer of the product that I am bidding/proposing HAS
been cited for non-compliance of an environmental or safety issue
Provide reason, date and outcome of the citation
________________________________________________________
________________________________________________________
________________________________________________________
________________________________________________________
11. Has an environmental life-cycle analysis of the product that you are
bidding/proposing been conducted by a certified testing organization, such
as Green Seal? Please check the item that applies.
No, an environmental life-cycle analysis of the product that I am
bidding/proposing HAS NOT been conducted by a certified testing
organization, such as Green Seal
Yes, an environmental life-cycle analysis of the product that I am
bidding/proposing HAS been conducted by a certified testing
organization, such as Green Seal.
Provide certification
________________________________________________________
________________________________________________________
________________________________________________________
________________________________________________________
12. If selected pursuant to this solicitation, what are your plans if there is a
major and/or catastrophic pandemic influenza outbreak for continuing your
operations and services to ASU?
________________________________________________________
________________________________________________________
________________________________________________________
________________________________________________________
219
RETUR DO NOT
N TO SEND TO
ASU IRS
ARIZONA STATE UNIVERSITY
SUBSTITUTE W-9 & VENDOR
AUTHORIZATION FORM
►LEGAL
MAILING (Where tax information and general correspondence is to
ADDRESS: be sent)
DBA/Branch/
Location:
ADDRESS:
ADDRESS
LINE 2:
CI
TY S
: T: ZIP:
220
► REMIT TO
Same as Legal Mailing Address
ADDRESS:
DBA/Branch/
Location:
ADDRESS:
ADDRESS
LINE 2:
222
RETUR ARIZONA STATE UNIVERSITY DO NOT
N TO SUBSTITUTE W-9 & VENDOR AUTHORIZATION SEND TO
ASU FORM IRS
► Legal Name:
TIN:
Please check all that apply to your business for Federal Supplier
Type:
Per FAR 52.219-1 and under 15 U.S.C. 645(d), any person who
misrepresents a firm’s status as a small, HUB Zone small, small
disadvantaged, or women-owned small business concern in order to
obtain a contract to be awarded under the preference programs
established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business
Act or any other provision of Federal law that specifically references
section 8(d) for a definition of program eligibility, shall be punished by
imposition of fine, imprisonment, or both; be subject to administrative
223
remedies, including suspension and debarment; and be ineligible for
participation in programs conducted under the authority of the Act.
Print
Name:
Signature:
PHONE: FAX:
VENDOR –
LIST
PRODUCT or
SERVICE
PROVIDED
224
ATTACHMENT 1 – RISK ASSESSMENT AND VALUE ADDED PLAN
Introduction
The purpose of the Risk Assessment and Value Added (RAVA) plan is to
identify if a vendor can quickly calculate the risks on a future project in
terms of money, time, and client expectation (of quality and performance).
The RAVA plan is used to:
1. Assist the client in prioritizing firms based on their ability to understand
the risk of a project.
2. Provide high performing vendors the opportunity to differentiate
themselves from their competitors due to their experience and
expertise.
3. Minimize the effort of experienced companies who are competing for
the project.
4. Provide a mechanism for the high performers to regulate the low
performers by ensuring that if they are not selected, the selected
company will have to minimize all risks that they have identified.
Vendors should keep in mind that the RAVA plan is only one step in the
selection process. If all the RAVA plans are the same, the RAVA plan will
have little impact in the selection (other factors, such as past performance
and interview will dictate the selection).
Please prioritize the risks (list the greatest risks first). You may add/delete
the risk tables below as necessary. (Font to be no smaller than size 10)
Risk 1:
Solution:
Risk 2:
Solution:
Risk 3:
Solution:
Risk 4:
Solution:
Vendors should identify any value added options or differentials that they
are proposing, and include a short description of how it adds value to the
project/the Universities. Identify if the items will increase or decrease
schedule, financial consideration, or expectations. You may add/delete
the value tables below as necessary.
Item 1:
Impact:
Item 2:
Impact:
Item 3:
Impact:
226
ATTACHMENT 2 – PAST PERFORMANCE INFORMATION - VENDOR
227
must follow the PPI process outlined in this document.
The PPI process consists of five major tasks, which are outlined in the
Figure 1 (the procedures apply to individuals as well as companies):
1. The vendor prepares a list of past clients that they have done work
for (called a “Reference List”)
2. The vendor sends each past client on the Reference List a survey
questionnaire.
3. The past clients complete the survey and send the survey back to
the vendor.
4. The vendor will compile all of the surveys and submit the surveys
as part of their proposal package.
5. The PBSRG averages all of the returned surveys to compile the
vendor’s average PPI score.
Faxes
back to Proposal
Vendor 1. Prepare Survey Form
2. Fax Surveys to past clients
3. Ensure that surveys are returned
PBSRG
Compiles
Past Information
Customer
228
Section 3.0 – Creating a Reference List
3.1. All individuals identified in Section VII must create a list of past
users that will evaluate their past performance. This will be referred
to as a “Reference List”.
3.4. The “Reference List” must contain two sheets: “Past Project List”
and “Vendor or Individual Profile”.
229
3.6. The “Vendor or Individual Profile” also requires you to select a PPI
Option.
230
Figure 3: The “Past Project Info” Sheet Contains
Information on the Past Projects Being Surveyed
3.9. The past projects do not have to be similar to any type of project.
You should submit the vendors/individuals best past projects.
3.10. The “Reference List” must contain past projects that are 100%
complete. Projects that are substantially complete or on-going
may not be submitted (no credit will be given for projects that are
not complete). For design firms and individuals, all projects on
the reference list must also be 100% constructed. If a designed
project has not been constructed, it may NOT be listed in the
Reference List.
3.11. The maximum number of past projects that will be given credit for,
is 10 (ten) for the firm (Dealer/Manufacturer) and 5 (five) for each
individual. The minimum number of past projects that will be
given credit for is 1 (one) for each component.
231
Firm Firm
No Criteria
A B
Average customer satisfaction ratings
1 9.5 9.5
(1-10)
2 Number of different jobs surveyed 25 1
Number of different customers
3 25 1
surveyed
Figure 4: Number of Returned Surveys May Impact
Competitiveness
3.14. The “Reference List” must contain different projects. You cannot
have different people evaluating the same job. However, you are
allowed to have one person evaluate several different jobs. All
different jobs require a separate code and separate survey, even
if evaluated by the same person.
3.15. The past client/owner must evaluate and complete the survey.
You cannot have other vendors (contractors, subcontractors,
designers) evaluate your performance.
4.1. Each critical team member is responsible for creating and sending
out a survey questionnaire to each of their past clients. The survey
questionnaire can be found in Attachment 5.
4.3. All the information on the survey form must match the information in
the “Reference List” (see Figure 6).
4.5. The critical individuals that should be listed on every survey are
identified in Section 3.2 of this attachment.
4.6. You may only list one individual per position on each survey (i.e. If
Joe Smith was a PM on the project, you cannot list another individual
as a PM on that same project.).
4.7. The Vendor should also modify the “return information” at the bottom
of the survey with a contact person and an accurate fax number
(Figure 8). Remember, the survey will be sent from your past client
to you (so you must enter a valid fax number).
4.8. Once you have entered all of the required information, you must fax
the survey to your past client. The vendor/individual should call to
confirm that the survey was received, and that the past client will
return the survey to the vendor prior to the due date. (Note: The
previous PPI process required the surveys to be sent directly to the
PIPS User from the past client. In the current process, the surveys
are returned directly to the vendor or individual).
4.9. All returned surveys MUST be evaluated and signed by the past
client. If a survey is not signed, it will NOT be accepted (Figure 9).
234
Figure 9: Past Clients Must Sign the Survey Before Returning
4.10.All individuals listed on the survey will receive credit for the survey,
provided that they have submitted a “Reference List” that contains
the project as a reference.
5.3. You may not scan/email the surveys. All surveys must be in
hardcopy and submitted in a package.
5.4. If you are submitting PPI for different components (i.e. several
different individuals), each component must be separate in your
proposal. Do not combine surveys and reference lists into the
same section for all of the areas. If you have received one returned
survey and wish to use the survey for both the firm and individual,
please make a photocopy and place the surveys in the appropriate
PPI sections.
235
Section 6.0 – Calculating Your PPI Score
6.1. Once the Universities receive the PPI Package, the survey scores will
be entered into a spreadsheet.
6.2. Only surveys that are returned in the proper format will be entered.
6.3. PBSRG will then average all of the survey responses, to obtain an
average rating for each criterion. PBSRG will also calculate the
number of different jobs and different customers that returned a
survey (Figure 10).
236
d. The past client does not sign the survey as required.
237
Section 7.0 – How to Modify or Update Your Existing PPI Database
Firm J Firm J
No Criteria
(Actual) (Credited)
Average customer satisfaction ratings (1-
1 9.27 9.27
10)
2 Number of different jobs surveyed 42 10
3 Number of different customers surveyed 31 10
Figure 11: Surveys Will Be Capped if They Exceed the Maximum
Credit Limit
238
Section 8.0 – ADDITIONAL INFORMATION
239
9.0 – Frequently Asked Questions
240
241
7. How do I get a copy of my past performance score?
Please see Section 8.3 of this attachment for a complete list of
information available on the website
12. How will the owner remember the job if it was done a long time ago?
Answer: Simply ask the past client if they remember the job and if
they would complete a survey on your behalf. The vendor may
need to provide proof to the client that they completed the project.
14. What if the contact moved jobs, can I still get him to evaluate me?
Answer: Yes. However, the PBSRG may verify this information.
Also, the past client cannot work for the current vendor (to prevent
any conflict of interest).
242
15. Do I have to send multiple surveys to the same client (for each
different job)?
Answer: Yes. Every different job requires a different survey.
16. Can I send multiple surveys to a client (just in case they don’t like the
Site Superintendant or Civil Engineer)?
Answer: Yes, you can send out multiple surveys if you would like to.
It is up to you to determine how you want to survey past clients.
We suggest including all critical personnel on one survey in order to
minimize the amount of effort put forth by your past clients.
243
Answer: No.
25. Can we list multiple PM’s on a survey if we had more than one PM
work on a past project?
Answer: No. You can only list one individual per area on a single
project. If you had multiple PM’s work on a project, you must pick
one PM that will be given full credit.
27. What if we are a sub consultant and the building owner may not know
that we worked on their past project?
Answer: Contact the client and let them know that you worked on
the project. You may need to provide evidence that you worked on
the project. You may also list the main consultant (who contracted
with the client) and list your firm as a sub-consultant on the survey
form. However, the survey form must have the firms/individuals
name on it to receive credit.
244
ATTACHMENT 3 – PROPOSAL FORM
This form must be completed and stapled to the Risk Assessment and
Value Added Plan and the Milestone Schedule as part of your submittal.
VENDOR INFORMATION
1. Your firm has read and will comply with all items
listed in Arizona State University RFP 080909 if Yes No
awarded this contract?
Service Proposal
The Service Proposal is stapled to this form.
The Service Proposal is 2 pages or less and is in the required format.
The Service Proposal does NOT contain any names, past projects, or
information that may identify the contractor or critical team members.
Name of Company
245
ATTACHMENT 4 – PRE-PLANNING AND QUALITY CONTROL PERIOD
246
1. Identifying items that cannot be completed
2. Give recommendations
3. Coordinate all aspects of the project
Weekly Report
The best value vendor will fill out a bi-weekly report throughout the life of
the project that will list items which may cause the time, cost, or quality to
change. Details on the bi-weekly reporting system are given following the
pre-planning period checklists below.
Before the Final Preplanning Meeting, the potential best value vendors
must complete the following activities:
247
needs a response and an individual assigned to each item.
248
Preplanning Document
Name of Company
249
Risk and Performance Reporting System Summary
Overview
250
ATTACHMENT 5 – VENDOR SUBMITTAL FORMS
Included? Submittal
Mandatory certifications and Substitute W-9 as per Section
XII
Risk Assessment and Value Added Plan (RAVA Plan)
• RAVA: no longer than two (2) pages
• Transition Milestone Plan: one (1) page
Service Proposal
Financial Proposal
Past Performance Information
• Company Reference List (hardcopy and CD)
• Separate Individual Reference Lists (hardcopy and
CD)
• Hardcopies of all returned client surveys
Financial Statements
Exceptions to Terms and Conditions
251
RISK ASSESSMENT TEMPLATE
This template must be used.
Please prioritize the risks (list the greatest risks first). You may add/delete
the risk tables below as necessary. (Font to be no smaller than size 10)
Risk 1:
Solution:
Risk 2:
Solution:
Risk 3:
Solution:
Risk 4:
Solution:
Risk 5:
Solution:
Risk 6:
Solution:
Risk 7:
Solution:
Risk 8
Solution:
Risk 9:
Solution:
252
VALUE ADDED PLAN TEMPLATE
This template must be used.
Vendors should identify any value added options or differentials that they
are proposing, and include a short description of how it adds value to the
project/the Universities. Identify if the items will increase or decrease
schedule, financial consideration, or expectations. You may add/delete
the value tables below as necessary.
Item 1:
Impact:
Item 2:
Impact:
Item 3:
Impact:
253
Furniture Project Performance Questionnaire
Code <<Code>>
<<Name of
To: Phone: <<Contact Phone>>
Evaluator>>
Fax: <<Contact Fax>>
Subject: Past <<Name of Company>>
(Name of Company Being Surveyed)
<<Name of Any Individuals>>
(Name of Individuals Being Surveyed)
N RATIN
CRITERIA UNIT
O G
Ability to maintain the project cost (minimize (1-
1
change orders) 10)
Ability to maintain project schedule (complete on- (1-
2
time or early) 10)
(1-
3 Quality of service
10)
(1-
4 Professionalism and ability to manage
10)
(1-
5 Close out process
10)
Communication, explanation of risk, and (1-
6
documentation 10)
Ability to follow the users rules, regulations, and (1-
7
requirements 10)
Overall performance and comfort level in (1-
8
hiring again 10)
9 How well did the final product(s) match your (1-
254
initial expectations? 10)
Are you satisfied with the company /
10 Circle Y / N
individual(s)?
Installation is complete and final payment
11 Circle Y / N
has been made?
255
APPENDIX E
256
Request for Proposal 080909
Tri-University Furniture Contract
Addendum 1
March 17, 2009
Clarifications:
Section IX.2.b states - The RAVA Plan contains three sections: 1) Risk
Assessment, 2) Value Added Differentiation, and 3) Transition Milestone
Plan. The Risk Assessment and Value Added Differentiation sections
must not exceed a combined length of two (2) pages. The Transition
Milestone Plan must not exceed one (1) page in length.
257
Proposers may allocate the Risk Assessment and Value Added
Differentiation in any manner they like, not to exceed 2 pages. Proposers
are not required to have 10 items on the Risk Assessment section and 3
items of Value Added Differentiation. Proposers do not need to have one
complete page of Risk Assessment and one complete page of Value
Added items. These may be addressed as proposers see fit.
Questions:
1. Please give more detail on what you are looking for on the
Transition Milestone Plan.
The Transition Milestone Plan should identify key action steps and
milestone dates for transition to the new contract. Proposers shall
provide the steps they plan to take to be fully ready to provide all
services to all Universities by July 1, 2009.
No.
258
We anticipate that proposers will be able to meet all of the
requirements outlined in the request for proposal. Exceptions
should be noted in proposal response Section 7. Specific program
details will be discussed with successful proposers upon contract
pre-award.
Sincerely,
Liz Chandler
Tempe Campus
259
SECTION VIII – FINANCIAL PROPOSAL
List each product line you are offering for this contract. List all values as
percentages. The “Install / Delivery” and “Design” categories must be
expressed as a percentage of the product cost, designated as List or Net.
Submit a MS Excel (XLS) version of your financial proposal. You must
use the format in the “Contract Pricing Proposal” table below.
Proposer:
Award
Category:
Manufacturer:
Price List:
Discount off
Line List Install / Delivery Design
260
Additional information requested for RFP 080909 – Tri University
Furniture Contract
3. Provide pricing for the attached typicals. There are two Excel files
attached, and each excel file contains two separate tabs: “Primary
Award” and “Budget Award”. The vendor should fill out the tab(s)
261
for which they are proposing. If the vendor is proposing on both the
Primary and Budget Awards, they must fill out both tabs in each
Excel file.
The “Installation” and “Design” fees should be actual costs for the
given typical. Include a brief explanation of how it was calculated
as it corresponds to your original proposal.
For the given typical, the vendor should provide “Lowest”, “Mid-
range”, and “Highest” system cost solutions. If the vendor does not
have differentiated system cost options for all three categories, then
the vendor should just fill in those categories that they do have
available for this contract.
262
APPENDIX F
263
Manufacturer Interview Questions Sheet
1. Draw out and explain your involvement in a typical project. Show key
steps, approximate time.
a. What and where are the key risks you don’t control and what will
you do to minimize them?
4. How will you ensure that you remain knowledgeable about new
products, technology, research, etc., that are being developed by your
company? How do you ensure that the dealer incorporates your latest
technological advances?
6. What are the lead-times for standard product, product on the Express
program, and specials/custom from the time of order entry to delivery?
264
7. Can manufacturing time be reserved for projects, and if so what would
be the necessary steps to obtain a reservation?
9. How do you ensure the end user receives your product as intended
and on-time?
10. The needs of the end-user have changed, or a new user is assigned
after product has been ordered. Could the Universities return new and
unused products to the manufacturer?
265
Dealer Interview Questions Sheet
3. Draw out and discuss the typical project. Show key steps,
approximate time.
a. What and where are the key risks you don’t control and what will
you do to minimize them?
5. On capital projects, what steps can you take to ensure that you are
integrated at the beginning of the project to coordinate with the
architect, designer & other construction components?
266
7. You have a project where the outside interior designer has shown the
end-users high-end products that they love and want but cannot afford.
How will you ensure the end-user is happy at the end of the project?
10. How will you ensure that you are incorporating your manufacturer’s
latest technological advances?
11. NAU has consistently had to pay an additional cost for trip charges, per
diem, lodging, travel, weekly/monthly service trips, etc. Will your
dealership assess any additional costs for service to NAU or UofA?
12. What city are you based out of, and describe how you intend to provide
full service to each university?
267
APPENDIX G
268
269
270
271
APPENDIX H
272
RAVA Plan Rating Sheet
Instructions:
The Risk Assessment and Value Added plan should not contain any
names or products that may be used to identify who the vendor is. Criteria
are rated on a scale of 1-10, with 10 being the best and 1 being the worst.
All plans should start from an average (or 5 rating) and go up and down
depending on the relative value. If a plan stands out it should get a 10. If
none of them seem any different, they should all get an average score of
5. If a plan is so bad that the rater feels like they should not get the
project, they should be rated a 1.
Teams
NO CRITERIA A B C D E F G
Risk Assessment Evaluation
1 (Ability to identify and minimize
potential risk unique to this project)
Value Added Option Evaluation
2 (Ability to add value to the project in
terms of time, money, or quality)
3 Transition Milestone Plan Evaluation
Teams
NO CRITERIA H J K L M P R S
Risk Assessment Evaluation
1 (Ability to identify and minimize
potential risk unique to this project)
Value Added Option Evaluation
2 (Ability to add value to the project in
terms of time, money, or quality)
3 Transition Milestone Plan Evaluation
By signing your name below, you state that you have based your scores
on the contents of each RAVA plan and that you have had no prior
knowledge of any plan and whom they belong too. You further agree that
there is no collusion or conflict of interest between yourself and any other
party involved.
Instructions:
The service proposal should not contain any names or products that may
be used to identify who the vendor is. Criteria are rated on a scale of 1-
10, with 10 being the best and 1 being the worst. All proposals should
start from an average (or 5 rating) and go up and down depending on the
relative value. If a proposal stands out it should get a 10. If none of them
seem any different, they should all get an average score of 5. If a
proposal is so bad that the rater feels like they should not get the project,
they should be rated a 1.
Teams
NO CRITERIA A B C D E F G
Service Proposal
1 (outline of services, what will transpire,
capability of proposer)
Teams
NO CRITERIA H J K L M P R S
Service Proposal
1 (outline of services, what will
transpire, capability of proposer)
By signing your name below, you state that you have based your scores
on the contents of each Service Proposal and that you have had no prior
knowledge of any proposal and whom they belong too. You further agree
that there is no collusion or conflict of interest between yourself and any
other party involved.
274
Interview Rating Sheet
2 Dealer’s Rep.
By signing your name below, you state that you have based your scores
on the contents of each Interview. You further agree that there is no
collusion or conflict of interest between yourself and any other party
involved.
275